Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

16 -- M/H 47 Helicopter Simulator - PDF RFI Announcement

Notice Date
7/25/2016
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-16-R-SIM
 
Archive Date
8/30/2016
 
Point of Contact
Marc L. Huizinga,
 
E-Mail Address
marc.huizinga@socom.mil
(marc.huizinga@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF of the RFI announcement Non-motion Stimulated MH-47 Helicopter Simulator Contracting Office: Headquarters, United States Special Operations Command (USSOCOM), Special Operations Forces, Acquisition Technology & Logistics (SOF AT&L), Directorate of Contracting (SOF AT&L), 7701 Tampa Point Boulevard, MacDill AFB, FL 33621 NAICS Code: 333318 Teaching machines (e.g., flight simulators) manufacturing Title: Non-motion Stimulated MH-47 Helicopter Simulator 1. This Request for Information (RFI) is NOT a solicitation for proposals, proposal abstracts, or quotations. This RFI is for market research and is issued in accordance with Federal Acquisition Regulation (FAR) 10.001. Issuance of this notice does not constitute any obligation or commitment on the part of the U.S. Government (USG) to issue a solicitation or to award a contract now or in the future. The Government does not intend to award a contract on the basis of this special notice. Submitting information for this RFI is voluntary. Participants will not receive payment for any submittals. Although "proposal" and "offeror" are used in this Request for Information, responses will be treated as information only. No funding is currently allocated nor has a formal requirement been validated for the support outlined in this document. This RFI and its associated vendor responses are for planning purposes only. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for USG and Federally Funded Research and Development Center (FFRDC) use only. Only FFRDC employees and other USG support contractors who have executed Non-Disclosure Agreements and have a need to review such proprietary or confidential business information in the course of rendering services to the USG will be granted such access. Submissions in response to this RFI constitute approval to release the entire submittal to FFRDC personnel and USG support contractors. 2. 3. United States Special Operations Command (USSOCOM) is conducting market research on the acquisition of and support for a Non-motion Stimulated MH-47 Helicopter Simulator, using Joint Base Lewis-McChord (JBLM) as a location to model the research. User objectives for a MH-47 non-motion simulator capability are described in Paragraph 4 of this RFI. Your submission should include cost, schedule, assessment of feasibility, and a description of how you intend to meet objectives listed in paragraph 4 below. 4. USSOCOM has an interest in providing a Non-motion Stimulated MH-47 Helicopter Simulator for the 160th Special Operations Aviation Regiment (Airborne). Using the JBLM location as a model, the MH-47 non-motion simulator would support the aviators of a special operations aviation battalion at a single designated operating location. The contractor would provide the non-motion simulator and support personnel. The contract support would need to accomplish the following core and supporting tasks in the specified context, conditions, and timeframes: A. Core tasks 1. Provide an MH-47 non-motion simulator configured for day/night operations at a designated primary operating location. The non-motion simulator must be NVG compatible. 2. Operate and sustain the non-motion simulator for a period of 12 months. 3. Maintain a readiness rate of at least 90%. 4. Sustain a maximum tempo of 12 hours per day, within the monthly limits in core task 5, next below. 5. Sustain a minimum tempo of 100 operating hours and a maximum of 240 hours each month. 6. Sustain operations during day and night on weekdays. 7. On 48 hours' notice, sustain operations during day and night on weekends. 8. Provide all maintenance and sustainment services to achieve the objective readiness rate. 9. Provide all personnel, supervision, and other non-personal services necessary to achieve the objective readiness rate. 10. Provide all equipment, materials, spares, supplies, and other items necessary to achieve the objective readiness rate. B. Supporting Tasks 1. The non-motion simulator must be able to support the unit's Aircrew Training Program and Annual Proficiency and Readiness Tests. 2. The non-motion simulator must be Networked/Distributed and support collective training and mission rehearsal. 3. The non-motion simulator must be Networked/Distributed and support collective training and mission rehearsal, i.e. it must be Distributed Interactive Simulation (DIS) compliant. 4. The non-motion simulator must be able to ingest Common Database (CDB) and Aechelon databases natively. 5. Comply with DoD security regulations and directives, including but not limited to DoD Anti-Terrorism Standards, Information Security Program, Physical Security Program, National Industrial Security Program, and Information Assurance Program. C. Context 1. The non-motion simulator will reuse the existing MH-47 design to minimize non-recurring engineering (NRE) costs. 2. The non-motion simulator will have the same training capabilities as the current delivered systems without motion queuing. 3. The non-motion simulator's fidelity stimulated/simulated approach for control loading, Common Avionics Architecture System (CAAS), cockpit panels, and look/feel of the aircraft will have the same as the currently delivered motion simulators at Fort Campbell. 4. Cost for commercial software licenses, hardware/software integration, the fabrication of cockpit paneling, simulator enclosure, testing, training, CAAS stimulation, and visual system are included. 5. The systems would reside within an existing standard fixed facility (not high bay) with adequate clean power in a regulated temperature environment (Air Conditioning). Infrastructure costs will be absorbed by the unit and/or JBLM. 6. The interoperability between the simulators that exist at Fort Campbell must exist in the outstation non-motion simulator. 7. Interconnectivity to external multiple locations to the outstation MH-47 non-motion simulator will be absorbed by the unit and/or JBLM. 8. The non-motion simulator must be able to replicate start-up through shutdown, emergency procedures training, and mission changes through full mission rehearsal with contingencies and external assets. 9. An Instructor Operator Station (IOS) is required; it would be linked to the non-motion simulator; and it would be able to act in multiple roles, injecting simulated emergencies to simulated threat and acting as Air Traffic Control (ATC) to external asset role play. 10. Initial period of 12 months with up to four one year options, totaling 48 additional months. Potential total duration is 60 months. 5. In particular, the USG is interested in the following information to be provided in your response: a) Describe the capability your company can provide in relation to the objectives in paragraph 4. b) Estimate the number of personnel you would expect to maintain at the primary operating site and the working infrastructure required (building(s), workspace, etc.) c) Include a discussion of any USG requirement that you believe are incompatible, unachievable or significant cost drivers (possibly unaffordable) and the rationale. d) Responses should also address vendor requirements/concerns for their participation in a potential future demonstration to include any safety concerns/considerations, facility requirements, frequency requirements, electrical power requirements, etc. e) A rough order of magnitude (ROM) cost estimate, broken out by major cost elements. This information may be used to facilitate an understanding of the different tasks. f) A notional schedule to include the major milestones necessary to complete the requirement described here-within. This should include a realistic estimate of "ramp-up" time to facilitate any delivery/set-up of the capability at JBLM and when the simulator would be ready for use. 6. Responses to this RFI shall be limited to 15 pages in length (including pictures within the text) not including the cover page or exhibits. Please provide a quad chart, showing an overview of your system; which does not count toward the overall page count limitation. Classified information, if required to be submitted, shall be provided to the USG in a separate annex and shall be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual (NISPOM). See below for transmittal instructions. 7. Responses must be received no later than 1700 Eastern Time on 15 August 2016. Responses should be emailed to Marc Huizinga at marc.huizinga@socom.mil. Classified information can be sent via Registered Mail or FEDEX to HQ USSOCOM, Attn: SOF AT&L (Richard DiGiovanni), 7701 Tampa Point Blvd, MacDill AFB, FL 33621-5323. If you are planning on submitting classified information, please contact the Contracting Officer prior to submittal/FEDEX'ing. Any Technical or administrative questions should be directed to the Contracting Officer, Marc Huizinga, marc.huizinga@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-16-R-SIM/listing.html)
 
Place of Performance
Address: See Notice, United States
 
Record
SN04194275-W 20160727/160725234946-979edcada0054a6059a6761fa03c7a47 (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.