Search Contract Opportunities

Advanced Helicopter Training System Program for Ground Based Training System   5

ID: N61340-19-R-0096 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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.

INTRODUCTION

The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to procure Aircraft Training Services (ATS) for the Chief of Naval Air Training's (CNATRA) new helicopter platform, the TH-XX. The TH-XX will replace the aging TH-57 helicopter fleet as part of the Advanced Helicopter Training System (AHTS) program. A Request for Proposal for TH-XX aircraft was released January 2019 and the planned TH-XX aircraft contract award is 1Q FY20. This effort is independent of the TH-XX aircraft contract. The purpose of this Request for Information is to identify potential sources capable of performing the services outlined below on the schedule required to support Initial Operating Capability for the AHTS program.

The planned effort will be located at NAS Whiting Field, Milton, FL. Ground-based helicopter pilot training is performed by a combination of Military and Contract Instructors (CIs). CIs shall utilize their own contractor-provided Flight Training Devices (FTDs), and other training methods to produce a Naval Aviator who has acquired the knowledge and skills required to graduate from the advanced helicopter training program. This service includes instruction, operation, and curriculum support, as well as management of the transition of ATS for the TH-57 B/C to TH-XX, as required by the Government.

REQUIREMENTS

In order to meet curriculum Validation/Verification no later than 3QFY21, TH-XX FTD services must be available concurrent with the start of TH-XX aircraft deliveries in 1QFY21. During the transition the Military Instructors or the Fleet Introduction Team will utilize the GBTS to support TH-XX curriculum design and subsequent validation and verification (VAL/VER). Prior to AHTS Initial Operational Capability (IOC) 1QFY22, the CIs will be required to be trained and certified on the selected TH-XX platform. During the transition there can be no disruption to current TH-57B/C pilot production.

The anticipated number of FTDs required to support the CNATRA training requirements at the end-state is twelve Level 7 FTDs and six Level 6 FTD. The initial FTD schedule requirements to support curriculum development and VAL/VER, IOC, and subsequent platform transition is as follows:

For VAL/VER 3Q FY21

o Two TH-XX Level 7 FTDs in temporary Government facility

o Two TH-XX Level 6 FTDs in Government building 2946

At IOC 1Q FY22:

o Five total TH-XX Level 7 FTDs in temporary Government facility

o Three total TH-XX Level 6 FTDs in Government building 2946

Facilities end state: 2Q FY22 through 1Q FY25:

o Transition from ten TH-57 FTDs to ten TH-XX FTDs in Government buildings 3005 and 2946.

REQUIRED CAPABILITIES FOR FTDs:

The Contractor will provide all support personnel required to install, operate, and maintain the contractor-provided FTDs in the government facilities, as well as any additional personnel required for supervising and administering the required training. Additionally, the Contractor will be required to manage the transition of services and associated FTDs during the Fleet Introduction period for the TH-XX and the sundown of the TH-57.

All FTDs must share the same aerodynamics model, engine model, blade element model, control loading (feel) and visual database to prevent negative training when moving between devices. Specific device requirements are as follows:

(1) TH-XX FTD Level 7 Description: FAA Level 7 equivalent device. In addition to Level 7 requirements, it must have, at a minimum, a visual system capable of displaying a 240 h x 60 v (approx. +20 , -40 ) degree field of view (FOV) (with additional pilot and copilot chin window representative of actual aircraft visibility) and the capability to simulate Visual Meteorological Conditions (VMC), Instrument Meteorological Conditions (IMC), day, and night conditions with a full Near Infrared (IR) Night Vision Googles (NVG) overlay spectrum. It must also have, at a minimum, a short-throw 6-degrees of freedom (DOF) motion base to provide motion cuing and realistic, platform based, low-frequency vibration in accordance with (IAW) 14 CFR Part 60, Appendix D.

(2) TH-XX FTD Level 6 Description: FAA Level 6 equivalent device. It must have, at a minimum, a visual system capable of displaying a minimum of 180 h x 40 v (approx. +15 , -25 ) degree FOV. It must also have, at a minimum, a single channel (correlated) base-vibration system with appropriate low-speed aero model match IAW 14 CFR Part 60.

(3) Central Control Station (CCS): The CCS is a remote Instructor Operators Station (IOS) and Air Traffic Control (ATC) station that has all the IOS control and communication functions of any of the FTDs. The CCS will have a minimum of two (2) seats for two (2) Contractor Instructors (CIs) who can conduct training operations simultaneously. The CCS IOS functionality shall allow an instructor to select, control, and communicate with any of the FTDs individually or collectively. This shall include the ability to selectively transmit to the right seat, left seat, or both seats of any/all FTDs. It shall also allow for an instructor to link and control FTDs simultaneously. Aircraft crashes shall freeze the simulation and afford the instructor opportunity to restart the simulation.

FACILITIES:

Through its preliminary market research, the Government has determined that there is only sufficient space within existing and planned temporary facilities to house the mix of simulators requested at NAS Whiting Field, FL:

(1) Building 2946 is capable of holding the six TH-XX Level 6 FTDs described with the bay dimensions of approximately 93'x67'x12'h. The 12' height is measured from floor to bottom of drop ceiling. All measurements are approximate and would require industry to conduct an accurate building survey. Proposed FTDs will have to comply (dimensionally) with clearances for building fire code.

(2) Building 3005 will hold seven TH-XX Level 7 FTDs described with three bay dimensions of approximately 73'x34'x30'h. All measurements are approximate and would require industry to conduct an accurate building survey. Proposed FTDs will have to comply (dimensionally) with clearances for building fire code.

(3) Government Temporary Facility. This building will be capable of holding five TH-XX Level 7 FTDs with bay dimensions of approximately 132'x89'x16'h, with no excursion zone. The concrete pad in the temporary facility will not accommodate counterweight/reinforcement.

INFORMATION REQUESTED:

Schedule: General

A brief description of your firm's approach to include how it intends to meet the immediate training requirements, critical team members, estimated time frame to deliver the contractor owned FTDs, major cost elements, assumptions, risks, lead times, and barriers to competition; business size/status, to include socio-economic business type, if applicable (NAICS code for this requirement is 611512, size standard - $27.5M).

Describe how you will provide services to the Government while not disrupting the current TH-57B/C services contract.

Provide evidence of your firm's financial capability to assume the required upfront capital investment.

Schedule: Assumption - the TH-XX helicopter selection is anticipated 1QFY20.

What is an estimated delivery schedule for the first device if there IS an FAA equivalent parent simulator already in existence? Level 6 and Level 7.

What would be the anticipated delivery rate per month?

What is the estimated delivery schedule for the first device if there is NOT an FAA equivalent parent simulator already in existence? Level 6 and Level 7.

Identify the time and effort required to develop the visual database.

Please provide a critical path and any plans to mitigate risk to meeting IOC.

TH-XX Selection

Based on your knowledge of the industry and currently available commercial aircraft, what steps would you recommend be taken before the selection of the TH-XX aircraft in order to shorten the delivery schedule of the first devices?

Can you provide insight on the data required from the TH-XX OEM that would reduce schedule or cost risks?

If you were to be required to provide a FSTD for a device with no FAA certified parent, what data would be most damaging to the production schedule if it were not provided? How difficult would gathering such data yourself generally be? Would you anticipate a schedule impact?

Proposal Timeline:

Would you be able to provide proposal for TH-XX FTD Services in advance of the TH-XX aircraft award based upon knowledge of the competitive market and/or press releases from commercial helicopter providers?

How much of the ability to price the work is based upon the TH-XX selection?

Provide insight into the work that is considered to be platform agnostic and that which would be TH-XX dependent.

In such a situation, would you be able to provide a firm-fixed price proposal for TH-XX Simulator Services, in advance of the TH-XX aircraft award?

If given an opportunity, following TH-XX aircraft award, how long would you require to provide a fully compliant proposal submission to the government?

Rough Order of Magnitude (ROM)

Please provide a ROM. Assume a seven-year period of performance.

Provide insight into the optimum contract length to best facilitate investment amortization and tech refresh cycle.

All responsible sources may submit summary of technical capabilities and a ROM which, if received within seven calendar days of publication of this notice, shall be considered by NAWCTSD. All responses must be submitted to the Government point of contact at the email address shown below. Any responses to this notice must clearly show how competition would be advantageous to the Government. Responses will serve as a consideration for the Government's decision to fulfill this requirement under a sole source acquisition, set-aside, or full and open competition. A determination not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. Responses or questions are requested to be sent via email to Erin Young(Contracting Officer) at erin.b.young@navy.mil and Cynthia Armound (Contract Specialist) at cynthia.armound@navy.mil.

It is requested that written responses be submitted as a Microsoft Word document, limited to 15 pages (8.5"x11"), single-sided, and 10 point Times New Roman font size, via email in time to be received by 12:00 P.M. Eastern Time on 17 April 2019.

If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of "Similarly Situated Entity" and changes the 50% calculation for compliance with the clause. Small business primes may now count "first tier subcontracted" work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ).

To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize "similarly situated entities" to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.

Overview

Response Deadline
April 17, 2019, 1:00 p.m. EDT Past Due
Posted
April 10, 2019, 12:36 p.m. EDT (updated: April 15, 2019, 3:17 p.m. EDT)
Set Aside
None
Place of Performance
NAS Whiting Field, Milton, FL. United States MILTON, FL USA
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
The solicitation is open for 7 days, below average for the NAWC Training Systems Division.
On 4/10/19 NAWC Training Systems Division issued Sources Sought N61340-19-R-0096 for Advanced Helicopter Training System Program for Ground Based Training System due 4/17/19. The opportunity was issued full & open with NAICS 611512 and PSC U.
Primary Contact
Title
Contracting Officer
Name
Erin Young   Profile
Phone
(407) 380-4155

Secondary Contact

Title
Contracting Officer
Name
Cynthia Armound   Profile
Phone
(407) 380-8460

Documents

Posted documents for Sources Sought N61340-19-R-0096

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N61340-19-R-0096

Award Notifications

Agency published notification of awards for Sources Sought N61340-19-R-0096

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N61340-19-R-0096

Contract Awards

Prime contracts awarded through Sources Sought N61340-19-R-0096

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N61340-19-R-0096

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N61340-19-R-0096

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC TSD > NAWC TRAINING SYSTEMS DIV
FPDS Organization Code
1700-N61340
Source Organization Code
500045708
Last Updated
April 15, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 15, 2019