Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOURCES SOUGHT

16 -- C-130J Training Systems Sustainment Re-Compete

Notice Date
10/7/2010
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
RFIC130JTraining
 
Archive Date
12/21/2010
 
Point of Contact
James G Batchelor, Phone: 937-255-1071
 
E-Mail Address
james.batchelor@wpafb.af.mil
(james.batchelor@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS C-130J Training Systems Sustainment Re-Compete I. SOURCES SOUGHT PURPOSES This sources sought is issued for planning purposed in accordance with FAR 15.201(e) and 52.215-3. Responses to this sources sought notice are not considered offers and cannot be accepted by the Government to form a binding contract. Contractors/Institutions participating in this market research are advised their participation in this survey may not ensure participation in future solicitations or contract awards. Further, the Government will not reimburse participants for any expenses associated with the preparation or participation in this survey. The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to support C-130J Maintenance and Aircrew Training System (MATS) for the Contract Logistics Support (CLS), Courseware, Instruction, minor Hardware/Software Upgrades services for the C-130J training systems. In addition, requirements for the Training System Support Center (TSSC) services are for both the C-130J and USMC's KC-130J training systems. Security clearance level is Secret US only Instructions: 1. Below is a short description of the C-130 J Training Systems Sustainment Re-Compete requirement, a request for your business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in this research, you should provide documentation that supports your company's capabilities in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged and up to each industry partner. II. PROGRAM REQUIREMENTS The C-130J MATS primary missions are to train C-130J aircrews, maintain C130J maintenance and aircrew devices, and perform Training System Support Center (TSSC) duties. The C-130J MATS users are represented by Air Mobility Command (AMC), Air Education Training Command (AETC), Air Force Reserve Command (AFRC), Air National Guard (ANG), United States Coast Guard (USCG), United States Marine Corps (USMC), and potential international students. This contract currently supports all fielded USAF C-130J MATS and USMC KC-130J MATS listed below. The Simulators Division (ASC/WNS), WPAFB, OH, anticipates issuing a competitive solicitation to award a firm fixed-price contract with a period of performance of up to seven years. • USAF C-130J Training Devices o Little Rock AFB AR  4 Weapon System Trainers (WST)  1 Cockpit Procedures Trainer (CPT)  1 Avionics Systems Maintenance Trainer (ASMT)  2 Fuselage Trainers (FuT)  2 Loadmaster Part Task Trainers (LMPTT)  1 Engine Propeller Trainer (EPT)  1 Flight Control Trainer (FCT)  Various Training Aides • 6 Virtual Flight Decks • 2 Enhanced Cargo Handling System o Keesler AFB MS  1 WST  1 LMPTT o Dyess AFB TX  1 WST ( approx. Jan 14 RFT)  1 Loadmaster Part Task Trainer (LMPTT) o Ramstein AB Germany  1 WST (approx. Aug 14 RFT)  1 Loadmaster Part Task Trainer (LMPTT) • USMC KC-130J Training Devices (TSSC Services Only) o Marine Corp Air Station (MCAS) Cherry Point NC  1 WST o MCAS Miramar CA  1 WST o MCAS Futenma Japan  1 WST The total effort will entail: • USAF and USMC TSSC Support o Operate and support the Training System Support Center (TSSC) to provide hardware, software and visual database configuration management and concurrency support for the C 130J MATS. o Provide instructional support and courseware maintenance for the USAF only. o TSSC shall also have the capability to complete minor upgrades/modifications on all MATS devices o Ensure that C 130J MATS concurrency is achieved by establishing a C 130J MATS concurrency program that provides training prior to aircraft delivery and minimizes disruption to student throughput. This shall include, but not be limited to, activities such as aircraft configuration tracking, and the development of a program concurrency process o Establish a liaison with the MC/HC-130J TSSC to exchange configuration/upgrade information. o The selected C130J contractor will be required to enter into an Associate Contractor Agreement with the C130J aircraft and simulator prime contractor and subcontractors in accordance with AFMC FARSUP 5352.217-9010 (Oct 2008) in order to obtain data and associated license rights necessary to sustain the C130J. Moreover, the selected C130J contractor will use preliminary data provided by the C130J aircraft/simulator manufacturer for interim qualification of C130J simulators. o Maintain/update training baseline for all training devices. Work collaboratively with the production contractor/subcontractors to share/integrate baseline products. o Maintain the Information Assurance requirements and documentation for the USAF and USMC devices. o Support Distributed Mission Operations (DMO) meetings and working groups. o Provide systems engineering/program management support to plan, direct, control and evaluate the complete production and integration of the C 130J MATS program to ensure that a quality product is delivered utilizing best commercial practices • USAF devices o Provide all aspects of aircrew student ground training and management including all required training media (e.g., computer based training, texts, classroom training aids, etc.), courseware, and instructors o Provide, maintain and update a Training Management System (TMS) necessary to support and operate the C 130J MATS including Graduate Training Integration Management System (GTIMS). o Provide, manage, and maintain a support package to include: initial and replenishment spares, support/test equipment and technical data required to sustain the C 130J MATS o Perform scheduled and unscheduled maintenance for all C 130J MATS training equipment, to include Computer Based Training (CBT) as required, to ensure the C 130J MATS achieves its throughput requirement (including surge), guaranteed student qualification requirements and levels of training to ensure certification at the "3c GO" level. o Each training device will be required to be ready for C130J aircrew training up to 20 hours per day and 7 days per week. • All Major Modifications, Block Upgrades and the like will be performed under the production contract. The selected C130J MATS contractor will be expected to coordinate and cooperate collaboratively with the production contractor. III. RESPONSES Part A. Business Information. Please provide the following information for your company/institution and for any teaming or joint venture partners: • Company/Institute name • Address • Point of contact • CAGE Code • DUNS Number • Phone number • e-mail address • Web page URL • Size of business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the above NAICS Code, state whether your company qualifies as a: i. Small Business (Yes/No) ii. Woman Owned Small Business (Yes/No) iii. Small Disadvantaged Business (Yes/No) iv. 8(a) Certified (Yes/No) v. HUB Zone Certified (Yes/No) vi. Veteran Owned Small Business (Yes/No) vii. Service Disabled Small Business (Yes/No) viii. Central Contractor Registration (CCR) (Yes/No) ix. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability Survey Questions: General Capability Questions: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. What experience do you have managing/operating a Training System Support Center? 4. What experience do you have maintaining training devices technical data, engineering drawings, manuals and source code/media? 5. Describe your experience of site activation/startup for setting up and beginning training at a new site. 6. Describe your company's experience at maintaining multiple baselines and working collaboratively with another prime contractor. 7. Describe your experience in working with another company's proprietary data and a combination of FAR Part 12 and FAR Part 15 data. Describe any issues you had and the steps taken to get this to work. 8. Describe your company's experience with Information Assurance and associated documentation. Describe your company's capabilities for generating, handling, updating, processing, and storing classified material and data. 9. Describe your company's experience in networking flight simulators and in working with interoperability mechanisms such as Distributed Interactive System (DIS) and Higher Level Architecture (HLA). Describe your company's experience with Distributed Mission Operations (DMO). 10. Describe your company's capabilities and experiences in the worldwide deployment and support of complex training systems at multiple locations at the same time. Is the experience CLS-only, modifications efforts, or both? 11. What data will you require of the government to assemble a proposal for this effort? 12. Describe the top five risks you foresee in executing a maintenance effort of this scope. What steps would you likely take to mitigate the risks? 13. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions, what are their experiences and do you already have a relationship with the subcontractor(s)? 14. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced instructors. Assuming a contract award in October 2013, how soon could your company secure qualified training resources? 15. Describe your company's experience in development, management, and maintenance of courseware, classroom instruction and simulator instruction. Describe the top five risks your company's perception in the execution of development, management, and maintenance of courseware, classroom instruction and simulator instruction. 16. Describe your capabilities and experience in modifying existing training systems/equipment (hardware and software) to solve maintenance and support problems in the training system environment. 17. Describe your experience in running a change management process ensuring the devices stay concurrent with the aircraft. 18. Describe your configuration management processes and how you identify and resolve parts obsolescence and DMS problems. 19. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Financial Capability Questions: 1. Describe your financial capabilities to successfully perform this contract. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 20 pages. Formal Written responses, no facsimiles or e-mails please, must be received no later than close of business Friday, 6 December 2010. Please mail two (2) copies of your response to this RFI to: ASC/WNSK Attn: Ms. Rhonda Miller, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249. Technical questions regarding this RFI should be directed to Mr. Jeff Nicholson, Program Manager, ASC/WNS, 2300 D St Wright-Patterson AFB OH 45433. SOLICITATION NUMBER: RFI-C130J Training RESPONSE DATE: 12/06/2010 NAIC CODE: 611512 DOLLAR AMOUNT: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/RFIC130JTraining /listing.html)
 
Place of Performance
Address: Little Rock AFB, AR, Keesler AFB, MS, Dyess AFB, TX, Ramstein AB, Germany, MCAS Cherry Point, NC, MCAS Miramar, CA, MCAS Futenma, Japan, United States
 
Record
SN02308318-W 20101009/101007234510-396ff2e281e163824e412591e147776c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.