Search Contract Opportunities

Afghanistan Air Force (AAF) and Special Mission Wing (SMW) UH-60A Flight Training Devices (FTDs)

ID: W900KK-17-UH60A • Type: Sources Sought

Description

Posted: Aug. 3, 2017, 12:06 p.m. EDT
**UPDATE - 3 AUGUST 2017**
The purpose of this update is to remove the language "and contain the following matrix of requested data" from section (f) below that was inadvertently left in from a previous version of this document and, 2) correct the mislabelled aircraft designator from "UH-60L's" to "UH-60A's" in the Contract Logistics Support section below. All submission dates and times remain unchanged.
BRIEF SUMMARY: The purpose of this Sources Sought Notice is to identify the various types of businesses who are interested in and are capable of performing and meeting the requirements for production and installation of two (2) UH-60A FTDs. The FTDs shall have the unique Afghanistan aircraft configuration.

PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for the two (2) UH-60A FTDs. The FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs must meet all the Federal Aviation Administration (FAA) standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - National Simulator Program (NSP) Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices. The contractor shall conduct installation and acceptance test of the Training Systems in Kandahar, Afghanistan. The contractor shall deliver all Training Systems software, spares, and associated technical data.
UH-60A Flight Training Device Technical Requirements:

Development, production, and installation for two (2) UH-60A Flight Training Devices (FTDs). The two (2) UH-60A FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs shall be capable of qualifying for FAA Level 6 certification (Actual FAA Certification will not be required, however the FTD must meet all the FAA standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - NSP Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices). The FTDs shall have Operation Mission Capabilities to include:

Sling Load operations.

Computer Generated Forces

Mission Generation

After Action Review (AAR)

Collective Training

Formation training

The contractor shall deliver all UH-60A FTDs software, spares, associated technical data, and New Equipment Training (NET).

The UH-60A FTDs cockpit shall be Night Vision Goggles (NVG) compatible. The UH-60A FTDs shall provide for an enhanced NVG simulation capability.

The UH-60A FTDs Instructor Operator Station (IOS) shall provide the instructor/operator with control over the functions of the FTD. The FTD Instructor/Operator Station (IOS) shall provide a Graphical User Interface (GUI) to control FTD training functionality. The FTD IOS shall provide the ability to access and control all FTD computers for maintenance, database and software installation, and simulator startup and shutdown procedures.

The contractor shall provide a Geo-specific visual database for the country of Afghanistan, with at least 4 High Resolution Training Areas. The geographic specific visual database shall include terrain elevation, main rivers/lakes, roads and railroads and other cultural features. The level of detail across the data base shall be balanced and optimized to match the image generator capabilities. For night vision simulation, the visual database shall include night vision attributes (colors and textures) in order to be switched between normal (day) and night vision view.

The contractor shall develop and provide a combined Operator and Maintenance Training through a combination of classroom, written instructions, and hands-on operation for the training system. The contractor shall develop all training courseware including programs of instruction, lesson plans, and practical exercises for the training system. The contractor shall deliver all training products, to include classroom presentations and instruction, in English.

Spare Parts

The contractor shall provide required spares, special tools, and test equipment. The spare parts package will support the operation of the training systems for a period of two years after Ready for Training (RFT). The spare parts package will be replenished as spares are used and contain the original range and quantity at the conclusion of the CLS period at contractor expense. Shipping cost for equipment and material for spares used in maintenance of the training devices will be at contractor expense. A spare parts storage system will be provided with a system for easy and rapid identification and retrieval of individual spare parts, tools, and test equipment.

Contractor Logistics Support (CLS)

The Contractor shall provide for two (2) years of Contractor Logistics Support (CLS) per training device starting on Ready for Training (RFT) date with qualified UH-60A Field Engineers (FE). The on-site CLS effort includes operation support, device maintenance, and material management. Operational Hours for the UH-60A FTDs are eight (8) hours per day, five (5) days per week, 52 weeks per year. The contractor will maintaining a minimum (Threshold Requirement) 85% Operational Availability (Ao) for the UH-60A's OFTs. Objective requirement is 100% Ao.

Delivery Schedule

The Contractor shall deliver the UH-60A FTD 9 months (Objective Requirement) after Contract Award. The Contractor shall deliver the UH-60A FTD 12 months (Threshold Requirement) after Contract Award.

ACQUISITION APPROACH: The Government anticipates that the program requirement will be fulfilled via a Firm Fixed Price (FFP) contract in FY 2018.

ESTIMATED DOLLAR VALUE:USD $13M.

RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following:

(a) A submission of your firm's detailed capabilities to meet the Training Systems requirements.

(b) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements.

(c) A submission of your firm's resources available to produce and deliver the trainer in the required time frame. Your resources available should address production, sourcing, personnel, and OCONUS shipping and support.

(d) A statement indicating if they are a large or small business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS 336411, if they are interested in participating as the prime Contractor or as a Subcontractor, and if they are planning to team with other companies for this contract.

(e) An itemized Rough Order of Magnitude cost for each Training Device, Spares, and CLS.

(f) It is requested that written responses be submitted in Microsoft Word document, limited to 10 pages.

NOTICE: Contractors are advised that the Government may use a streamlined, multi-phase process or evaluation factors in accordance with FAR Part 15.3 to determine if Contractors will proceed to the next stage, and ultimately submit an offer to be considered for award. Companies responding to this SSN are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information.

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.

Posted: July 28, 2017, 7:38 a.m. EDT
Posted: July 6, 2017, 1:18 p.m. EDT
Posted: June 26, 2017, 9:01 a.m. EDT
BRIEF SUMMARY: The purpose of this Sources Sought Notice is to identify the various types of businesses who are interested in and are capable of performing and meeting the requirements for production and installation of two (2) UH-60A FTDs. The FTDs shall have the unique Afghanistan aircraft configuration.

PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for the two (2) UH-60A FTDs. The FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs must meet all the Federal Aviation Administration (FAA) standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - National Simulator Program (NSP) Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices. The contractor shall conduct installation and acceptance test of the Training Systems in Kandahar, Afghanistan. The contractor shall deliver all Training Systems software, spares, and associated technical data.
UH-60A Flight Training Device Technical Requirements:

Development, production, and installation for two (2) UH-60A Flight Training Devices (FTDs). The two (2) UH-60A FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs shall be capable of qualifying for FAA Level 6 certification (Actual FAA Certification will not be required, however the FTD must meet all the FAA standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - NSP Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices). The FTDs shall have Operation Mission Capabilities to include:

Sling Load operations.

Computer Generated Forces

Mission Generation

After Action Review (AAR)

Collective Training

Formation training

The contractor shall deliver all UH-60A FTDs software, spares, associated technical data, and New Equipment Training (NET).

The UH-60A FTDs cockpit shall be Night Vision Goggles (NVG) compatible. The UH-60A FTDs shall provide for an enhanced NVG simulation capability.

The UH-60A FTDs Instructor Operator Station (IOS) shall provide the instructor/operator with control over the functions of the FTD. The FTD Instructor/Operator Station (IOS) shall provide a Graphical User Interface (GUI) to control FTD training functionality. The FTD IOS shall provide the ability to access and control all FTD computers for maintenance, database and software installation, and simulator startup and shutdown procedures.

The contractor shall provide a Geo-specific visual database for the country of Afghanistan, with at least 4 High Resolution Training Areas. The geographic specific visual database shall include terrain elevation, main rivers/lakes, roads and railroads and other cultural features. The level of detail across the data base shall be balanced and optimized to match the image generator capabilities. For night vision simulation, the visual database shall include night vision attributes (colors and textures) in order to be switched between normal (day) and night vision view.

The contractor shall develop and provide a combined Operator and Maintenance Training through a combination of classroom, written instructions, and hands-on operation for the training system. The contractor shall develop all training courseware including programs of instruction, lesson plans, and practical exercises for the training system. The contractor shall deliver all training products, to include classroom presentations and instruction, in English.

Spare Parts

The contractor shall provide required spares, special tools, and test equipment. The spare parts package will support the operation of the training systems for a period of two years after Ready for Training (RFT). The spare parts package will be replenished as spares are used and contain the original range and quantity at the conclusion of the CLS period at contractor expense. Shipping cost for equipment and material for spares used in maintenance of the training devices will be at contractor expense. A spare parts storage system will be provided with a system for easy and rapid identification and retrieval of individual spare parts, tools, and test equipment.

Contractor Logistics Support (CLS)

The Contractor shall provide for two (2) years of Contractor Logistics Support (CLS) per training device starting on Ready for Training (RFT) date with qualified UH-60A Field Engineers (FE). The on-site CLS effort includes operation support, device maintenance, and material management. Operational Hours for the UH-60A FTDs are eight (8) hours per day, five (5) days per week, 52 weeks per year. The contractor will maintaining a minimum (Threshold Requirement) 85% Operational Availability (Ao) for the UH-60L's OFTs. Objective requirement is 100% Ao.

Delivery Schedule

The Contractor shall deliver the UH-60A FTD 9 months (Objective Requirement) after Contract Award. The Contractor shall deliver the UH-60A FTD 12 months (Threshold Requirement) after Contract Award.

ACQUISITION APPROACH: The Government anticipates that the program requirement will be fulfilled via a Firm Fixed Price (FFP) contract in FY 2018.

ESTIMATED DOLLAR VALUE: USD $13M.

RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following:

(a) A submission of your firm's detailed capabilities to meet the Training Systems requirements.

(b) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements.

(c) A submission of your firm's resources available to produce and deliver the trainer in the required time frame. Your resources available should address production, sourcing, personnel, and OCONUS shipping and support.

(d) A statement indicating if they are a large or small business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS 336411, if they are interested in participating as the prime Contractor or as a Subcontractor, and if they are planning to team with other companies for this contract.

(e) An itemized Rough Order of Magnitude cost for each Training Device, Spares, and CLS.

(f) It is requested that written responses be submitted in Microsoft Word document, limited to 10 pages and contain the following matrix of requested data.

NOTICE: Contractors are advised that the Government may use a streamlined, multi-phase process or evaluation factors in accordance with FAR Part 15.3 to determine if Contractors will proceed to the next stage, and ultimately submit an offer to be considered for award. Companies responding to this SSN are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information.

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.

V/r,

Purvi Kapadia

DA Civilian

Contract Specialist

U.S. Army Contracting Command - Orlando

Division Delta, ACC-ORL-OPD

12211 Science Dr. Orlando, FL 32826-3224

Tel: (407) 208-3331, DSN: 970-3331

Fax: (407) 208-3456

purvi.kapadia.civ@mail.mil

"HOW WAS YOUR SERVICE?" Tell us what you think about the service you received by visiting the Interactive Customer Evaluation (ICE) site at:

https://ice.disa.mil/index.cfm?fa=card&sp=126989&s=1252&dep=&sc=14

Classification: UNCLASSIFIED

Caveats: FOUO

"Army Contracting: One Community Serving Our Soldiers, Serving Our Nation."

-----Original Message-----

From: Bunch, Thomas J Jr CIV USARMY ACC (US)

Sent: Friday, June 23, 2017 1:28 PM

To: Kapadia, Purvi CIV USARMY ACC (US) <purvi.kapadia.civ@mail.mil>

Subject: (UNCLASSIFIED)

CLASSIFICATION: UNCLASSIFIED

BRIEF SUMMARY: The purpose of this Sources Sought Notice is to identify the various types of businesses who are interested in and are capable of performing and meeting the requirements for production and installation of two (2) UH-60A FTDs shall have the unique Afghanistan aircraft configuration.

PROGRAM DESCRIPTION: The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for The two (2) UH-60A FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs must meet all the Federal Aviation Administration (FAA) standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - National Simulator Program (NSP) Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices. The contractor shall conduct installation and acceptance test of the Training Systems in Kandahar, Afghanistan. The contractor shall deliver all Training Systems software, spares, and associated technical data.

UH-60A Flight Training Device Technical Requirements:

Development, production, and installation for two (2) UH-60A Flight Training Devices (FTDs). The two (2) UH-60A FTDs shall have the unique Afghanistan aircraft configuration. The UH-60A FTDs shall be capable of qualifying for FAA Level 6 certification (Actual FAA Certification will not be required, however the FTD must meet all the FAA standards for a Level 6 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - NSP Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices). The FTDs shall have Operation Mission Capabilities to include:

Sling Load operations.

Computer Generated Forces

Mission Generation

After Action Review (AAR)

Collective Training

Formation training

The contractor shall deliver all UH-60A FTDs software, spares, associated technical data, and New Equipment Training (NET).

The UH-60A FTDs cockpit shall be Night Vision Goggles (NVG) compatible. The UH-60A FTDs shall provide for an enhanced NVG simulation capability.

The UH-60A FTDs Instructor Operator Station (IOS) shall provide the instructor/operator with control over the functions of the FTD. The FTD Instructor/Operator Station (IOS) shall provide a Graphical User Interface (GUI) to control FTD training functionality. The FTD IOS shall provide the ability to access and control all FTD computers for maintenance, database and software installation, and simulator startup and shutdown procedures.

The contractor shall provide a Geo-specific visual database for the country of Afghanistan, with at least 4 High Resolution Training Areas. The geographic specific visual database shall include terrain elevation, main rivers/lakes, roads and railroads and other cultural features. The level of detail across the data base shall be balanced and optimized to match the image generator capabilities. For night vision simulation, the visual database shall include night vision attributes (colors and textures) in order to be switched between normal (day) and night vision view.

The contractor shall develop and provide a combined Operator and Maintenance Training through a combination of classroom, written instructions, and hands-on operation for the training system. The contractor shall develop all training courseware including programs of instruction, lesson plans, and practical exercises for the training system. The contractor shall deliver all training products, to include classroom presentations and instruction, in English.

Spare Parts

The contractor shall provide required spares, special tools, and test equipment. The spare parts package will support the operation of the training systems for a period of two years after Ready for Training (RFT). The spare parts package will be replenished as spares are used and contain the original range and quantity at the conclusion of the CLS period at contractor expense. Shipping cost for equipment and material for spares used in maintenance of the training devices will be at contractor expense. A spare parts storage system will be provided with a system for easy and rapid identification and retrieval of individual spare parts, tools, and test equipment.

Contractor Logistics Support (CLS)

The Contractor shall provide for two (2) years of Contractor Logistics Support (CLS) per training device starting on Ready for Training (RFT) date with qualified UH-60A Field Engineers (FE). The on-site CLS effort includes operation support, device maintenance, and material management. Operational Hours for the UH-60A FTDs are eight (8) hours per day, five (5) days per week, 52 weeks per year. The contractor will maintaining a minimum (Threshold Requirement) 85% Operational Availability (Ao) for the UH-60L's OFTs. Objective requirement is 100% Ao.

Delivery Schedule

The Contractor shall deliver the UH-60A FTD 9 months (Objective Requirement) after Contract Award. The Contractor shall deliver the UH-60A FTD 9 months (Threshold Requirement) after Contract Award.

ACQUISITION APPROACH: The Government anticipates that the program requirement will be fulfilled via a delivery order in FY 2018. The Government will make the award on a Lowest Priced Technically Acceptable (LPTA) basis. The Government anticipates that the program requirement will be fulfilled by a Firm Fixed Price (FFP) delivery order.

ESTIMATED DOLLAR VALUE: USD $13M.

RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond by the closing date above to the Contract Specialist listed below via email. Written responses to this announcement should consist of the following:

(a) A submission of your firm's detailed capabilities to meet the Training Systems requirements.

(b) Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements.

(c) A submission of your firm's resources available to produce and deliver the trainer in the required time frame. Your resources available should address production, sourcing, personnel, and OCONUS shipping and support.

(d) A statement indicating if they are a large or small business (if small, please indicate any applicable socio-economic status such as Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc.) under NAICS 333319, if they are interested in participating as the prime Contractor or as a Subcontractor, and if they are planning to team with other companies for this contract.

(e) An itemized Rough Order of Magnitude cost for each Training Device, Spares, and CLS.

(f) It is requested that written responses be submitted in Microsoft Word document, limited to 10 pages and contain the following matrix of requested data.

NOTICE: Contractors are advised that the Government may use a streamlined, multi phase process or evaluation factors in accordance with FAR Part 16 to determine if Contractors will proceed to the next stage, and ultimately submit an offer to be considered for award. Companies responding to this SSN are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information

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.

Overview

Response Deadline
Aug. 15, 2017, 5:30 p.m. EDT (original: Aug. 8, 2017, 5:30 p.m. EDT) Past Due
Posted
June 26, 2017, 9:01 a.m. EDT (updated: Aug. 3, 2017, 12:06 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Odds of Award
19%
On 6/26/17 ACC Orlando issued Sources Sought W900KK-17-UH60A for Afghanistan Air Force (AAF) and Special Mission Wing (SMW) UH-60A Flight Training Devices (FTDs) due 8/15/17. The opportunity was issued full & open with NAICS 336411 and PSC 69.
Primary Contact
Title
Mrs.
Name
Marjorie Saurel Cook   Profile
Phone
(407) 208-3398

Secondary Contact

Title
Contract Specialist
Name
Matthew B. Sanders   Profile
Phone
(407) 208-3327

Documents

Posted documents for Sources Sought W900KK-17-UH60A

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W900KK-17-UH60A

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W900KK-17-UH60A

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-ORL
FPDS Organization Code
2100-W900KK
Source Organization Code
500036903
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019