Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275

R -- REVIEW OF LSOT MAINTENENCE, TRAINER AND O&M DOCUMENTATION, SOL N61339 -- 00-T-0121 DUE 081700 POC Linda Morrill 407-380-4142 or Ron Dillon 407-380-8385 WEB: NAWCTSD homepage, requrest for quote, www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Linda Morrill, NAWCTSD, Code 25713, morrillm@navair.navy.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. Solicitation number N61339-00-T-0121 is hereby issued as a request for quotation (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-19. This solicitation shall be awarded on a sole-source basis to Signal Corporation, 3040 Williams Drive Suite 200, Fairfax, VA. Although this acquisition is not a small business set aside, the standard industrial classification code for this solicitation is 8713 with a size standard of $18 million. See CBD numbered Note 22 (45 days is changed to read 15 days). The following is a Statement of Work for this acquisition. Statement of Work For Systems Operation and Maintenance For LSO In-Service Engineering Office(ISEO) NAS Oceana, Virginia July 6, 2000 1.0 INTRODUCTION: 1.1 Organization: Naval Air Warfare Center Training Systems Division (NAWCTSD) In-Service Engineering Office (ISEO) Bldg. 150, Oceana Naval Air Station Virginia Beach, Virginia 23460-5200 1.2 Project Background and Objectives. The Naval Air Warfare Center Training Systems Division (NAWCTSD), In-Service Engineering Office (ISEO), NAS Oceana, Virginia, is the central software support facility for Landing Signal Officer (LSO) aircrew trainer systems identified below. In this capacity, the ISEO Task Leader is tasked with providing the LSO training community with: Trainer system updates and modifications; analysis of design specifications and changes; reviewing Engineering Change Proposals (ECPs); Configuration Management (CM) and Software Quality Evaluation (SQE) for the structured implementation and control of LSO Trainer Engineering Change Requests (TECRs) and associated Trainer Engineering Change Directives (TECDs). Existing training assets consist of the Landing Signal Officer Trainer (LSOT) and Computer Based Trainer (CBT), located at NAS Oceana, VA. This Statement of Work (SOW) is for review of LSOT maintenance documentation. The current LSOT maintenance documentation is not adequate to properly operate and maintain the LSOT. In order to avoid a casualty report (CASREP) due to inadequate maintenance documentation, the trainer documentation needs to be reviewed for accuracy of existing operation and maintenance procedures. The trainer documentation also needs to be reviewed to verify that the existing operation and maintenance procedures are adequate to sufficiently operate and maintain the LSOT. If any necessary procedures are missing, inadequate or inaccurate, they shall be identified. The contractor shall review the following LSOT maintenance documentation: Operation and Maintenance (O&M) Manual (including maintenance drawings and parts list), Instructor's Utilization Handbook (IUH), Preventive Maintenance System (PMS) cards, and Operation Handbook and Software Support Guide. These services shall provide for an orderly ISEO trainer maintenance program to ensure that trainer operation and maintenance requirements are met. The requirements set forth in this SOW are applicable to the following devices: LSO DEVICES S/N END ITEM LOCATION 2H111, 2H139 1 NAS Oceana, VA Scheduling use of the ISEO off-line facilities/systems shall be coordinated through the ISEO Task Leader and may require the contractor to work second or third shift. 2.0 TECHNICAL SERVICES REQUIRED. 2.1 Task Description. 2.1.1 Scope of Work. The contractor shall perform non-personal services in accordance with this Statement of Work (SOW) as identified below. 2.1.2 Work to be Done. A. Documentation Review and Validation. The contractor shall verify that the maintenance documentation listed in Section 1.2 is complete, adequate and accurate. 1.) The maintenance documentation should contain all of the operation and maintenance procedures that are necessary to properly operate and maintain the LSOT. The contractor shall note any procedures that are missing from the maintenance documentation. 2.) The procedures in the maintenance documentation should be sufficient to properly operate and maintain the LSOT. The contractor shall note any procedures that have missing steps. 3.) The procedures in the maintenance documentation should be correct. The contractor shall note any procedures that do not have the proper steps required to operate and maintain the LSOT. 4.) The contractor shall perform minor updates to the maintenance documentation, where applicable. B. Data Transcribing/Entry and Word Processing. The contractor shall provide non-personal data transcribing/entry and associated word processing services in support of the LSO trainer as identified in section 1.2 of this SOW. This shall include data transcribing/entry and word processing on documentation scanning. C. Task Team Management. This task shall require the contractor to provide coordination of documentation review and associated technical efforts at the ISEO, NAS Oceana, Virginia. Additionally, task team management assistance will be required in the review of administrative and technical reports. 2.2 Expertise. 2.2.1 Functional Skills. Experience in simulator operation and maintenance is required. Experience in using simulator documentation to operate and maintain a simulator is required. 2.3 Unique Services 2.3.1 Travel and Per Diem. No travel is expected. 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 Facilities, Supplies and Services. The Government will provide all work spaces, computer access, and computer related supplies associated with task performance. 3.2 Information Sources. The Government will provide access to the information that is required for the office automation system as applicable to the training system for use in the performance of this delivery order. The contractor will be given reasonable access to Government Subject Matter Experts (SMEs) and facilities in order to accomplish the tasks outlined inthis SOW. 3.3 Documentation. The Government will provide all standard documentation and reference materials. All needed standards and documentation is available on site. 4.0 ADMINISTRATIVE CONSIDERATIONS. 4.1 Points of Contact. 4.1.1 GSA Information Technology Manager/Contracting Officer's Technical Representative (ITM/COTR): Mr. Russell Torrisi (757) 433-2542 4.1.2 Government Project Manager (GPM): Mr. James Boudreau (757) 433-2928 4.2 Place of Performance. The work required by this SOW shall be completed at the NAVAIRWARCENTRASYSDIV In-Service Engineering Office (ISEO), NAS Oceana, Virginia. Access to the Government facilities shall be coordinated with the ISEO Task Leader. 4.3 Hours of Work. 4.3.1 The Government facility is available for contractor performance during normal working hours 0800 to 1700 weekdays, except Federal holidays. 4.3.2 Overtime may be required. 4.4 Duration of Task. From July 17, 2000 through May 31, 2001. 4.5 Security and Privacy. 4.5.1 Clearance. All personnel assigned to work on-site at the NAVAIRWARCENTRASYSDIV ISEO NAS Oceana, shall require a SECRET clearance. Specific address to send security clearances shall be coordinated with the ISEO Task Leader. 4.5.2 Privacy Act. N/A. 5.0 SPECIAL INSTRUCTIONS. 5.1 General/Miscellaneous. The contractor shall provide total task supervision. 5.2 Unique Reporting Requirements. Contractor's Progress, Status, and Management Report: The contractor shall provide monthly status reports IAW the contract to include the status of documentation that has been reviewed, planned progress for the following month, and problems encountered by the contractor which impact the SOW or funding expenditures for this deliver order. The contractor shall also provide a list of documentation pages that are not adequate to properly maintain the LSOT. This list shall include the document name, page number, paragraph number and title, and a description of the problem. 5.3 Liquidated Damages. N/A. 6.0 INSTRUCTIONS AND DEVICE PUBLICATIONS. The following instructions and device publications are necessary to perform the tasks listed in this SOW. A copy of this documentation is maintained at the ISEO, NAS Oceana, Virginia, and is available to the contractor upon request. 6.1 LSO Device Publications -- Software Design Document for the LSO devices -- Math Model Report for the LSO devices -- Computer Programming Report for the LSO devices -- Planned Maintenance System (PMS) Documentation for the LSO devices -- Training Device Inventory Record for the LSO devices -- Trainer Design Report for the LSO devices -- Trainer Technical Documentation for the LSO devices -- ISEO CM Procedures Manual The proposal package shall consist of a technical proposal, a cost proposal and a completed copy of FAR 52.212-3 ALTERNATE I. The following FAR/DFARS provisions and clauses apply to this acquisition: FAR 52.212-1, 52.212-3 ALTERNATE I, 52.212-4 and 52.212-5. The following subparagraphs of FAR 52.212-5(b) apply: (12) through (16) and (22). DFARS 252.204-7004 is also applicable. The proposal is due by 2:00 p.m. EST on 17August 2000 and must be submitted by facsimile to 407-380-4164, Attn: Linda Morrill, Contract Specialist. For information regarding this solicitation, contact Tony Delicati at 407-380-4142 or via e-mail at Morrilllm@navair.navy.mil. Posted 08/10/00 (W-SN484308). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0097 20000814\R-0009.SOL)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com