Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
MODIFICATION

69 -- MV-22 CFTDs 9-16

Notice Date
4/1/2011
 
Notice Type
Modification/Amendment
 
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, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-11-MV22CFTDs9-16
 
Point of Contact
Erin N Barton, Phone: 407-380-4155, Gregory Joseph Dougherty, Phone: (407) 380-8419
 
E-Mail Address
erin.barton@navy.mil, Gregory.Dougherty@navy.mil
(erin.barton@navy.mil, Gregory.Dougherty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MV-22 CFTDs 2F200-9 through 2F200-16 Sources Sought The Government requirement is for United States Marine Corps (USMC) Containerized Flight Training Devices (CFTD) 2F200-9 through 2F200-16 to be built in a Block C configuration inclusive of all MV-22 aircraft software and hardware deltas from the Block B training device baseline to the Block C training device requirements. Block C CFTDs 2F200-9 through 2F200-16 must incorporate the common baseline software that is run on currently-fielded MV-22 CFTDs. The Government intended Government Furnished Information (GFI)/Government Furnished Software (GFS) includes the following; however it may or may not be the final GFI documentation provided after contract award Only the information detailed in the source sought posted on 24 March 2011 will be made available at this time. 1. V-22 Generic Tilt-Rotor Math Model (GTR-MM) 2. Vehicle Management System (VMS) 3. Aircraft Block C Operation Flight Programs (OFP) 4. Joint Services Vertical Lift Aircraft (JVX) Avionics Software Suite (JASS) 5. JVX Simulation Support Software (JSSS) 6. Dual Digital Map Software (DDMS) 7. Block B Re-Procurement Data Package (RPDP) 8. Marine Aviation Common Computing Engine (MACCE) 9. USMC Tactical Environment (TEn) 10. V-22 Instructor/Operator Station (VIOS) software 11. Naval Air Training and Operating Procedures Standardization (NATOPS) 12. Training and Readiness (T&R) manual 13. Block C aircraft Technical Data Package (TDP) The Block C CFTDs 2F200-9 through 2F200-16 will be designed to perform the tasks according to the aircraft NATOPS manual and Training and Readiness (T&R) manual. Written responses to this announcement should specifically address the following. Responses should be succinct, but sufficient in detail to adequately demonstrate the required capability to meet the Government's stated requirements. The Government intends to utilize the data collected from this announcement to finalize the acquisition strategy for CFTDs 2F200-9 through 2F200-16. 1) Information about your company: a. Name and address of the company; b. Cage code; c. Size of business and if applicable any small business classification; d. Ownership; e. Names of two principals to contact, including title and telephone number; f. Statement of intent to propose. 2) Delivery Schedule: a. A discussion of your company's capabilities to deliver the MV-22 Block C CFTDs 2F200-9 through 2F200-16 within the Government's delivery schedule requirements as set forth in the synopsis posted on 24 March 2011. Please provide supporting rationale for your response to include a discussion of manufacturing capacity, resources and facilities that will be employed to meet the Government's delivery schedule requirements. Identify any assumptions with respect to required Government Furnished Property, Software or Information (GFP/GFS/GFI) and the assumed timeframes when such GFP/GFS/GFI would be made available to your company. b. Identify your lead time from contract award to delivery of CFTDs 2F200-9 through 2F200-10, (Initial contract action), CFTDs 2F200-11 through 2F200-12 (Separate contract action), CFTDs 2F200-13 through 2F200-14 (Separate contract action) and CFTDs 2F200-15 through 2F200-16 (Separate contract action) per the Government's required delivery schedule. Please provide supporting rationale for your response. 3) Your firm's specific experience with: a. Implementation of military aircrew training solutions -- Specifically, integrating actual Aircraft Common Operational Equipment (ACOE) and their associated aircraft software programs with simulated military aircraft systems and subsystems such as tactical radios, Aircraft Survivability Equipment (ASE), Multi-Function Displays (MFDs), MIL-STD-1553 MUX, ARINC-429 bus interfaces and modeling threat systems and ownship battle-damage effects into high-fidelity flight simulations. b. Writing and integrating PC-hosted aircraft software simulations into a high-fidelity flight simulation. c. Integrating aircraft flight and control models into a high-fidelity flight simulation. d. Production and delivery of training solutions to address aircrew training using a provided baseline. NOTE: Where applicable, include the following information: a. Government contract number, b. Contract value, c. Role your company played, d. Point of contact and current telephone number. 4) Please demonstrate that your company has the necessary organization, accounting and operational controls, adequate financial resources, technical skills and equipment to produce MV-22 CFTDs 2F200-9 through 2F200-16 in a Block C configuration consistent with the currently fielded baseline CFTDs. Additionally, if the above referenced GFI/GFS is insufficient, please describe in detail what additional data would be required and how it would aid your company in meeting the Government's requirements. This announcement is published for informational purposes only. 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. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 12 pages and 12 point font size, via email in time to be received not later than 17:00 Eastern Standard Time on 02 May 2011. Emails should be addressed to: erin.barton@navy.mil Point of Contact: Naval Air Warfare Center Training Systems Division Attn: Erin Barton, Code 25311 12350 Research Parkway Orlando, Florida 32826-3224 Phone: (407) 380-4155 There are no other prescribed format requirements for the response to this announcement, but all companies are requested to follow the outline above. All companies responding to this announcement will be notified if a requirement is solicited. The results will be utilized to determine set-aside opportunities. All set-asides will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-11-MV22CFTDs9-16/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02414872-W 20110403/110401234247-9786e37f6ae22aaa1da703f7024f316b (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.