Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOURCES SOUGHT

U -- USMC HANDS-ON PROTOTYPING AND TEAM INNOVATION TRAINGING - Mobile Training Lab and Equipment Specifications

Notice Date
7/12/2016
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-16-R-0079
 
Archive Date
8/9/2016
 
Point of Contact
Mallory N. Taylor, , Benjamin Washburn,
 
E-Mail Address
mallory.taylor@navy.mil, benjamin.washburn@navy.mil
(mallory.taylor@navy.mil, benjamin.washburn@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Detailed specifications for the Mobile Training Lab and Equipment PROPOSED SOURCES SOUGHT SYNOPSIS 6.8 - USMC HANDS-ON PROTOTYPING AND TEAM INNOVATION TRAINGING SOURCES SOUGHT SYNOPSIS. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Secretary of the Navy's Task Force Innovation (TFI) of the Naval Air Systems Command (NAVAIR), has a requirement to provide the United States Marine Corps hands-on prototyping and team innovation training. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. Based on a review of industry response, the Government will decide on the appropriate competition approach. An award is anticipated no later than 29 September 2016. Within three months of award, the contractor shall be prepared to provide on-site specialty training at four (4) CONUS USMC facilities that adheres to the requirements listed below. The requirement is two one-week classes at each site (total of 8 weeks). The NAICS code is 611430 with a size standard of $11.0 million. The Product Service Code is U099. The resultant contract will be on a fixed price basis. Required tasking for this effort may include, but is not necessarily limited to, the following mission areas: 1. Training Curriculum a. Curriculum shall cover the following technical areas (at a minimum) with student proficiency demonstrated through applied hands-on activities: i. Metal inert gas (MIG) and tungsten inter gas (TIG)welding ii. Basic machining, plasma cutting iii. Computer Aided Design (CAD) for 3D modeling iv. Additive Manufacturing (3D printing) equipment operation v. Laser cutting vi. 2D vector graphics design vii. Fundamentals of electricity viii. Electronic circuit design ix. Soldering x. Arduino microcontroller programming xi. Raspberry Pi coding xii. Software coding fundamentals xiii. Sensor function, integration, and use xiv. Power systems design and AC/DC conversion xv. Solar power systems design and construction xvi. Robotic system design and construction xvii. Robotic system modification and repair xviii. Human-scale simple machine construction. b. All technical training components shall be explicitly correlated to actual needs/request from first-hand field experiences by the trainers. c. Curriculum shall integrate the following non-technical components: i. Safety ii. Team competitions iii. Project planning iv. Time management v. Team development and leadership. d. Contractor shall provide a training curriculum that includes a daily recap and feedback session as well as formal student feedback at the end of each training week. Contractor shall provide all training curricula including lesson plans, project instructions, and full bill of materials for supplies at the end of the contract. 2. Mobile Training Lab and Equipment a. The contractor shall provide a fully developed mobile 'training lab' outfitted with the components and capabilities needed to support the training curriculum at the four locations. The training lab will differ from the innovation-focused Fabrication Laboratories (FABLABs), i.e. mobile makerspaces, previously procured by the Navy by focusing on training instead of ongoing innovation work. The Navy procured FABLABs are configured for additive manufacturing, adaptive "fail fast and improve" prototyping, and to rapidly bring new concepts and emerging technologies to the fleet while the Marine procured FABLAB shall be configured to train multiple groups of Marines in AM and emerging technologies to improve Marine Aviation and Expeditionary readiness. The lab shall be self-contained including power (via generators), computer equipment, and project supplies/materials required. The mobile training lab shall be ready within three months of contract award and the equipment shall include the following at a minimum: i. Electronics hardware shall include: 1. Arduino micro-controllers 2. Raspberry Pi programmable computers 3. Circuit design and prototyping supplies including: 4. Breadboards 5. Wiring 6. A variety of sensors, 7. Wireless communications platforms 8. Batteries 9. LEDs 10. Solar cells 11. Project boxes 12. Jumper wires 13. Soldering irons and soldering materials 14. Software packages for coding and circuit design 15. Electronics diagnostics equipment. ii. Robotics hardware shall include: 1. Servos 2. Sensors 3. Chassis materials 4. Power management hardware 5. Software packages for control software. iii. Welding equipment shall include: 1. Welding wire 2. Compressed gas 3. Tungsten 4. Gas handling equipment 5. Metal inert gas (MIG) and tungsten inter gas (TIG) welders 6. Plasma cutter. iv. Fabrication equipment shall include: 1. Laser cutter/etcher, 2. CNC mill 3. Power tools 4. Hand tools. v. Additive manufacturing (aka 3D Printing) support shall include: 1. Fused-deposition modeling (FDP) equipment utilizing Polylactic Acid (PLA) or Acrylonitrile-Butadiene-Styrene (ABS) 2. Kit-based Fused Deposition Modeling (FDM) equipment that can be used for training 3. Thermoplastic (spools, various colors) 4. Software packages for 3D design and layer slicing. vi. Safety equipment shall include: 1. Eye protection 2. Hearing protection 3. Welding masks/gloves/aprons 4. Appropriate ventilation and air filtration capabilities. b. Please see attachment for detailed specifications for the requirements above. 3. Hardware a. Offerors shall provide a priced option for the USMC to retain the training lab for future use at the end of the contract should it be desired as an ongoing training aid. 4. Location of Performance a. Performance will be at four (4) CONUS USMC facilities: i. Marine Corps Base 29 Palms, Exercise Support Division (29 Palms, CA) ii. Marine Corps Base Lejeune/2nd Marine Logistics Group (Camp Lejeune, NC iii. Marine Corps Base Pendleton/1st Marine Logistics Group (Camp Pendleton, CA). iv. To Be Determined Interested small businesses are requested to submit a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the above services within three months of contract award, anticipated to be NLT 29 September. This document shall contain, as a minimum: 1. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, CAGE Code, and a statement regarding current small business status for this NAICS code. 2. Prior/current corporate experience in performing efforts of similar size/scope within the last five years, including the contract number, organization supported, indication of whether a prime or subcontractor, contract value, point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein. ***Ensure all component of the four mission areas are specifically addressed in your response.*** 3. Management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel. Demonstrate compliance with the requirement that at least 50% of the labor cost will be provided by employees of the prime contractor (FAR 52.219-14(c)(1). 4. Demonstrate the ability to provide, within three months of award, a mobile training facility designed to train groups of Marines and encourage creative thought to address operational issues in real time on existing Marine Crop aircraft and systems. The mobile training facility shall include, but are not limited to, multiple workstations that include the components specified in section 2. The mobile training facility must have the capability of being relocated based on training requirements. 5. Demonstrate the ability to provide, within three months of award, a training curriculum personalized to meet Marine Corp Aviation and Expeditionary specific requirements. The curriculum must include the following lessons: welding, plasma cutting, Arduino micro-controller usage, Raspberry PI, electricity fundamentals and electronic systems design, soldering, circuit construction, micro-controller implementation with sensors, coding and programming, CAD design in conjunction with additive manufacturing, power budgeting, testing and diagnostics, and project/team management. The curriculum shall be aligned with the hardware and software in the mobile training facility. 6. Demonstrate the ability to provide, within three months of award, qualified instructors with relevant, specific military and field training experience required to educate Marines on how emerging technologies such as AM, Arduino micro-controller prototypes and use, and Raspberry PI may be leveraged to address Marine Corp Aviation needs and future requirements. 7. Demonstrate the ability to create and provide, within three months of contract award, a one week training curriculum specific to Marine Corp Aviation requirements. Two classes shall be offered at each of the four sites listed below, totaling eight weeks of training. 8. Demonstrate the ability to provide, within three months of award, onsite training at the following four locations: a. Marine Corps Base 29 Palms, Exercise Support Division (29 Palms, CA) b. Marine Corps Base Lejeune/2nd Marine Logistics Group (Camp Lejeune, NC c. Marine Corps Base Pendleton/1st Marine Logistics Group (Camp Pendleton, CA). d. To Be Determined The capability statement package shall be sent by mail to the following address: Department of the Navy, Aircraft Support Contracts Department, Attention Code 2.5.1.12.4 (Ms. Mallory Taylor), Building 441, Naval Air Warfare Center Aircraft Division, and 21983 Bundy Road, Patuxent River, Maryland 20670-1127. Electronic mail (e-mail) submissions may be used, size permitting, and should be sent to mallory.taylor@navy.mil. Submissions must be received at the office cited no later than 10:00 a.m. Eastern time on 25 July 2016. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-0079/listing.html)
 
Record
SN04179254-W 20160714/160712234802-f072c0f4e0e9f9413c856a4241b03474 (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.