Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
SOURCES SOUGHT

69 -- Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for C-27J Aircrew Training Devices (ATD) (Weapons System Trainer (WST), Virtual Cockpit Trainer (VCT), and the Cockpit Procedures Trainer (CPT))

Notice Date
9/29/2011
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-11-R-0030
 
Response Due
10/14/2011
 
Archive Date
12/13/2011
 
Point of Contact
Lauren Bushika, 407-208-3343
 
E-Mail Address
PEO STRI Acquisition Center
(lauren.bushika@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*This is a reposting of the requirement originally posted on the Contract Opportunity System (COS) website. STOC II vendors are encouraged to submit their response via COS. Early responses are encouraged* Brief Summary: Additional market research is being conducted to determine interested sources and technology capabilities for the revised threshold/objective approach for the procurement of C-27J WST, VCT, and CPT. Interested sources are invited to provide a capability statement to produce and deliver C-27J WST, VCT, and CPT as described herein. Program Description: The U.S. Army through requirements provided by the U.S. Air Force has a need for several aircrew training devices to be developed for the C-27J platform. The immediate requirements in order of precedence include the acquisition of the following devices: 1. Three (3) unclassified C-27J VCT with no Out the Window (OTW) visuals or a flight model. The first C-27J VCT device will initially be located at Robins Air Force Base, GA. The contractor shall be responsible for packing and transporting this VCT device to the Formal Training Unit (FTU) location at a later date to be determined (TBD) by the Government. The other two VCTs will be delivered and installed at the FTU located at Key Field Air National Guard Base, Meridian, Mississippi. The VCT shall be designed to meet 14 Code of Federal Regulations (CFR) Part 60 Appendix B Level 4 requirements. Delivery scheduled for fiscal year (FY) 13. See updated/highlighted VCT SRD. 2. Two (2) C-27J WST with up to a SECRET classification level, with full motion, visual system, Digital Radar Land Mass Simulation (DRLMS), and the capability to connect to the Mobility Air Forces Distributed Mission Operation (MAF DMO) network. The WST shall be designed to meet the simulation standards of 14 CFR PART 60, Simulator in accordance with the applicable SRD. Both systems are to be delivered and installed at the FTU. Delivery scheduled for FY 14. 3. One (1) unclassified CPT with a flight model and a DRLMS but no OTW visuals. The CPT is to be delivered and installed at the FTU. Delivery scheduled for FY 13. Acquisition Approach: The Government is developing an acquisition strategy for the C-27J ATD requirement. The Government will make the award on a Best Value/Trade-off basis. The Government anticipates a Firm Fixed Price (FFP) delivery order. The period of performance for the C-27J ATD contract is expected to last 30 months, with two one year options; at which point the C-27J ATDs will transfer to the Air Force's Aircrew Training Systems (ATS) sustainment contract which assumes concurrent development for all the ATDs. Quantities: Refer to the information listed above. Estimated Dollar Value: Approx $80M. Response Format: Company Name, Address, and Point of Contact including phone number, email address and small business size status on cover page. Factor 1: Describe your company's capability in producing similar efforts of this magnitude in a consistent with the requirements described in the C-27J System Requirements Documents (SRDs) and Performance Work Statement (PWS) utilizing minimal data points and extrapolating to produce theoretical data (14 CFR Part 60 Level C (threshold) that is representative of the C-27J flight model. The company shall provide an approach for addressing the threshold requirements in such a way that they can upgrade to the 14 CFR Part 60 Level D objective once additional data is obtained or provided. If the solution does not address the objective requirements, the contractor shall provide a plan for implementing the objective requirement. Criteria 1: The Government will evaluate the company's capability in producing similar products of this size and scope utilizing minimal data points and extrapolating to produce theoretical data that is representative of actual data. Factor 2: Describe your company's ability to simulate (form, fit and function) (threshold) various C-27J cockpit panels/parts/instruments. Describe your company's ability to upgrade the system from simulated cockpit panels/parts/instruments (threshold) to stimulating various cockpit panels, parts and instruments. (objective) Criteria 2: The Government will evaluate the company's approach to satisfy the above requirements. Factor 3: Describe your company's capability to simulate/emulate the C-27J Operational Flight Plan (OFP). (threshold) Describe your company's capability to upgrade the systems to take them from the simulated/emulated OFP to utilizing the actual aircraft OFP. (objective) Criteria 3: The Government will evaluate the company's capability in producing similar products of this size and scope. Factor 4 Cost/Price: The contractor shall provide a Rough Order of Magnitude (ROM) pricing and notional schedules (one for each device) for the envisioned effort. The ROM shall include estimated cost to perform the effort by labor category. Detailed overhead rates or buildups are not required. The notional schedules should define program milestones and a projected Ready-for-Training date for each training device. The ROM shall address threshold as well as objective requirements. Criteria 4: The Government intends to use the cost/price (i.e. ROM) information to understand the contractor's Technical - Price tradeoff. Page Limitation: 20 pages maximum. The Contractor should also indicate if their technical approach of extrapolating to produce theoretical data will meet the definition of Nondevelopmental Item (NDI) and or Commercial as defined by Federal Acquisition Regulation (FAR) 2.101(b)-Definitions. Response Required: The PCO requests contractors desiring the Government to consider them for this opportunity to email their response no later than 3:30PM Eastern Standard Time (EST) on 14 October 2011 to the Contract Specialist, Ms. Lauren Bushika (lauren.bushika@us.army.mil) and/or the Project Director, Mr. Philip Morales (philip.moarles2@us.army.mil). Early submission is greatly encouraged. Disclaimer: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to identify potential sources and to assist in the development of the C-27J training devices acquisition strategy. Attachments: C-27J Performance Work Statement (PWS) C-27J VCT System Requirements Document (SRD) C-27J WST System Requirements Document (SRD) C-27J CPT System Requirements Document (SRD) C-27J WST Moving Models Spreadsheet C-27J FTU Site Survey C-27J Mission Equipment Listing C-27J Industry Day Sign in Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-11-R-0030/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02598548-W 20111001/110930000838-f1ef0c432995cd0d43dc03a4c2ebfc18 (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.