Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOURCES SOUGHT

69 -- MH-60S Weapon Load Trainers/Mission Configuration Trainers Overhaul and Upgrades - WLT System Needs

Notice Date
8/26/2010
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-10-R-xxxx
 
Archive Date
9/25/2010
 
Point of Contact
Simone L. Hanniford, Phone: 407-380-4731, Kari A. Schuett, Phone: 407-380-4078
 
E-Mail Address
simone.hanniford@navy.mil, Kari.Schuett@navy.mil
(simone.hanniford@navy.mil, Kari.Schuett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
WLT System Needs Solicitation Number: N61339-10-R-xxxx Agency: Department of the Navy Office: Naval Air Systems Command Location: Naval Air Warfare Center Training Systems Division Title: MH-60S Weapon Load Trainers/Mission Configuration Trainers Overhaul and Upgrades INTRODUCTION : The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking information for potential sources to overhaul, redesign, upgrade, fabricate, integrate, install, deliver and test two (02) Weapon Load Trainers/Mission Configuration Trainers (WLT/MCT) and their associated technical documentation, located at NAS North Island, San Diego, CA and NAS Norfolk, VA. The effort baselines each trainer's configuration to the latest aircraft System Configuration (AOP 75.1), and potentially upgrade the devices to subsequent AOPs. The contractor shall upgrade two WLT/MCTs using available data and documentation to add the following functionality: the MH-60S Fixed Forward Firing MK197 Gun, the new Joint Air to Ground Missile (JAGM), and the Advanced Precision Kill Weapon System (APKWS). The WLT/MCT requires additional Organic Airborne Mine Counter Measures (OAMCM) aircraft mission configuration training capability to include the Airborne Mine Neutralization System (AMNS), the Organic Airborne Surface and Influence Sweep (OASIS) and the Airborne Mine Laser Detection Set (ALMDS). Additionally, the WLT/MCT is equipped with the Carriage Stream Tow and Recovery System (CSTRS) that requires upgrading in accordance with Engineering Change Proposal ECP-I-20080002,ECP-I-20100001 and AMCM ECP H60-060. Potential sources should also be aware that there is a potential for a future upgrade from the MH-60S AOP 75.1 baseline to an AOP 80 series and 90 series baseline, plus other additional Joint Weapon Program ECPs. PLACE OF PERFORMANCE : The preponderance of the effort can be completed at the contractor's facility; however future AOP updates will need to be done at the WLT/MCT locations. The contractor may be given the option to perform the entire effort at the WLT/MCT locations. PROGRAM BACKGROUND : The WLT/MCT currently fulfills the Navy training needs by providing a realistic, full spectrum maintenance trainer for armament and mission configuration tasks. All training events and qualification exercises performed on the WLT/MCT simulate the actual experience as the identical events performed on the aircraft including remove and to install (R&I) tasks. The WLT/MCT provides training required for personnel unfamiliar with the MH-60S and refresher training for those preparing to deploy. REQUIRED CAPABILITIES : Interested parties should provide documentation on their Capabilities, Experience and Schedule that demonstrates ability to fulfill the detailed trainer enhancements and tasks identified in the attached Technical Requirements document. CAPABILITIES : Interested parties should provide a brief company introduction and details on the company/organization, including any potential teaming approach. Provide a description of the company's development process including staffing, organizational structure and CMMI level. Include information on program management, systems engineering, logistic management, requirements management, potential risks and mitigation plans, facilities and personnel, software development plans and processes. Considering your company's current and projected workload, please describe how your company would provide the necessary staff to accomplish the additional work identified for this effort. Describe what predicted software tools/estimating methodologies are used to identify the following: Number of SLOC to develop/modified/re-used, complexity/risk, predict competence/staff qty, length of time required for completion of effort, expected number of DRs. EXPERIENCE : Companies should provide details showing their experience in similar work and any relevant experience on aircraft maintenance trainer simulation developments. If applicable, provide the Government contract number, contract value, role your company played (prime or sub), and a point of contact and current telephone number. SCHEDULE : The Government anticipates the effort to require between 18 - 24 months for completion. Companies should provide comments as to their likelihood of satisfying the requirements within 24 months. List any ground rules and/or assumptions recommended for performed efforts within specified time (examples: GFE/GFI, POP, etc.).. SPECIAL REQUIREMENTS : The WLT/MCT trainers are not classified, therefore the contractor is not anticipated to have a security classification level to work on the devices; however, Information Assurance (IA) requirements must be met. The Government currently has unlimited data rights for the WLT/MCT baseline. Under this effort, the Government will achieve the unlimited data rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items, for all devices. SIZE STATUS: The applicable NAICS code for this requirement is 333319, size standard of 500 employees. The Product Service Code is 6910. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. SUBMISSION DETAILS : Interested businesses shall submit responses by email to the below POC. Please submit all written questions by email to Ms. Simone Hanniford (simone.hanniford@navy.mil) and Ms. Schuett, Kari (kari.schuett@navy.mil). No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release. One electronically submitted response shall be received no later than 5:00pm Eastern Time on 10 September 2010 and reference: MH-60S WLT/MCTs - Sources Sought. Interested businesses should submit a BRIEF capabilities statement package (no more than fifteen (15) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the services listed in the attached Technical Description. Documentation should be organized into the following sections: Capabilities, Experience, Schedule, and ability to satisfy the Special Requirements identified. All responses shall include Company Name, Company Address, Cage Code, Company Business Size and if applicable any small business classification, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address. NAWCTSD anticipates a full and open competition for this effort. This sources sought announcement is published for informational purposes only. This is not a solicitation. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. No site visit will be permitted during the period of response to this announcement. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. All set-asides will be considered. INTERESTED PARTIES ARE URGED TO PERIODICALLY ACCES THIS WEBSITE AND THE NAWCTSD BUSINESS OPPORTUNITIES WEBSITE AT http://nawctsd.navair.navy.mil/EBusiness/Index.cfm Primary Points of Contact: Contracting Office Address and POC: 12350 Research Parkway Code 253 Orlando, Florida 32826-3224 Primary Point of Contact: Simone Hanniford (NAVAIR 2.5.3.3.1) Contract Specialist Simone.hannifird@navy.mil Phone: 407-380-4731 Secondary Point of Contact : Schuett, Kari A (NAVAIR 2.5.3.3.1) Contracting Officer Kari.Schuett@navy.mil Phone: 407-380-4078 Fax: 407-380-4164
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-xxxx/listing.html)
 
Record
SN02256229-W 20100828/100827000004-c9f1bfa264cfb176a9109f459335f6ac (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.