SPECIAL NOTICE: SOURCES SOUGHT
FY22 Modernization Program
DISCLAIMER
This Sources Sought is for Informational Purposes Only and is issued in accordance with FAR 5.205(c). The sources sought serves as a market research tool used to determine potential and eligible vendors capable of providing the products described herein. All responses resulting from this special notice will be assessed and considered in the Government's acquisition strategy and set-aside determination. Any respondents who are awardees under the Training System Contract (TSC) IV Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) must complete Enclosure (1) TSC IV Request for Information (RFI).
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. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
INTRODUCTION
The Naval Air Warfare Center Training Systems Division (NAWC-TSD) at Orlando, FL is designated from Program Management Activity (PMA) 205 for the FY22 Modernization Program (MP). The NAWC-TSD Procurement Department (GT24000) announces its intention to procure, for the Naval Air Systems Command (NAVAIR) PMA-205.
PROGRAM BACKGROUND
Since 2005, the H-53 IPT has awarded major trainer Tech Refresh modification and upgrade contracts and new trainer development contracts to small businesses under the then active Training Systems Contract (TSC) II and III. These efforts ranged from minor modifications to major upgrades of multiple simulators.
SCOPE
The MP will incorporate technology upgrades to enhance USMC pilot's level of proficiency and extend the usable life of the training devices until the end of the CH-53E helicopter program; anticipated to conclude in 2030.
This effort falls within the scope of the Training Systems Contract IV (TSC IV) Indefinite Delivery/Indefinite Quantity Contract (ID/IQC). The tasks and detailed requirements herein, are in support of the MP Delivery Order under TSC-IV. The Statement of Work (SOW) establishes the contractor tasks for the design, modification, installation, Interim Contractor Support, Provisioned Item Orders here and test of the following devices:
a. The CH-53E Weapon System Trainer (WST), device 2F174 Serial Number (SN) 1, located at Marine Corps Air Station (MCAS) New River, NC.
b. The CH-53E Aircrew Procedures Trainer (APT), device 2F190 SN 1, located at MCAS New River, NC.
c. The CH-53E WST, device 2F174 SN 2, located at MCAS Miramar, CA.
d. The CH-53E APT, device 2F190 SN 2, located at MCAS Miramar. CA.
e. The CH-53E FTD, device 2F239 SN 1, located at Joint Base McGuire-Dix-Lakehurst (JB MDL) in Trenton, New Jersey. (Option)
REQUIREMENTS
The contract will require each device to be upgraded as follows:
- Trainer Modification Tasks
- Digital Control Loading (DCL) System Replacement
- Replacing the computer (CPU)
- Instructor Operator Station (IOS)
- Input/Output (I/O)
- Electronics
- Distribution panel
- Power unit
- Electrical cables
- Force loader units
- Transducers
- Linkages
- Computer Hardware Replacement
- Replacement of all CPUs with new CPUs
- I/O Cards Replacement
- Replace obsolete VMIC boards and DC power supplies
- Replace 3A5 interconnect chassis writing and wiring harnesses
- Image Generator (IG) Replacement
- Replace existing IG with a new IG
- Projector Replacement
- Replace existing projectors with new Light Emitting Diode (LED) projectors
- Mirror Cleaning
- Global Visual Database Update w/ CH-53 Areas of Interest
- Cockpit IOS
- Design and install a new Cockpit IOS
- Incorporate Aircraft Engineering Change Proposals (ECPs)
- AN/ARC-210 RT-2036 Gen 6 Radio
- AN/APR-39D(V)2 Radar Signal Detecting Set (RSDS)
- Integrated Vehicle Health Monitoring Unit (IVHMU)
- T5 Power Turbine Inlet Temperature Indicator
- Helicopter Emergency Egress Lighting System (HEELS)
- Directional Infrared Counter Measures (DICRM)
- AN/ALE-47 Airborne Countermeasure Dispenser System
- Pylon Unsafe for Flight (PUFF)
- Trainer Engineering Change Requests (TECRs)
- MCAT Linked Updates
- Helicopter Emergency Egress Lighting System (HEELS)
- Motion System Hydraulic Hose and Seal Replacement (2F174 Only) approximate 7 year service life
- Operational Flight Program
- Preventive Maintenance
- Support the government maintenance activity in the performance of preventive maintenance on the trainers IAW procedures outlined in technical documentation
- Interim Contractor Support (ICS)
- Three months on-site support
- Performing Intermediate and Organizational Level Maintenance (I&O)
- Three months on-call support
PLACE OF PERFORMANCE
Work is to be performed at the following locations:
- MCAS Miramar California,
- MCAS New River, North Carolina,
- Joint Base McGuire-Dix-Lakehurst (JB MDL) in Trenton, New Jersey (Option)
ANTICIPATED LABOR CATEGORIES
Labor categories anticipated to execute the contemplated product include:
Program Management, Logistics, Provisioning, Test Engineering, Visual Engineering, System Engineer, Aero Engineering, Software Engineering, Security, Cyber, Contracts, Environmental Occupational Safety & Health (EOSH), Technical Data, Facility Engineer, Reliability and Maintainability Engineering and Legal.
ANTICIPATED DELIVERY DATE
The anticipated delivery date is by fourth quarter Fiscal Year 2025.
ELIGIBILITY
The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910. All contractors are requested to answer #1 through #10 under submission details, when responding to this notice. Any interested TSC IV prime contract holders must also answer #11 under submission details and provide Enclosure (1) entitled, Attachment 2, TSC IV Request for Information (RFI).
SUBMISSION DETAILS
The capability statement package shall be sent by e-mail to NAWC-TSD Procuring Contracting Officer (PCO), Ms. Alana Nunez-Bennett at Alana.Nunez-Bennett@navy.mil. The response subject line shall read FY22 Modernization Program RFI Response . Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time by 02 March 2021. It is requested that written responses be submitted as a Microsoft Word Office 2010 applications (MS Word), document, limited to 11 pages, single-sided, and 12 point Times New Roman font size. Questions or comments regarding this notice may be addressed to the CS and PCO. The page limitation does not include Enclosure (1).
The capability statement package shall consist of the following:
- Company profile; to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;
- Do you have the capability to incorporate Aircraft ECPs with limited or other than full data available?
- Please provide one to two example that demonstrates your experience in implementing Aircraft ECPs without full data available. Please list the Contract Number and Title for each example.
- Describe the specific technical skills your company possesses that demonstrate your ability to perform a baseline configuration upgrade on hardware and software for complex Flight Simulators. Please provide one to two example that demonstrates your experience in updating:
- Control Loading
- I/O Card replacement
- Computer H/W replacement
- Mirror Cleaning
- Database and model updates
- Cockpit IOS
- Provide a statement regarding your company's ability to meet Government requirements by the desired delivery date and include any feedback with respect to whether this delivery date requirement is achievable based on the information provided herein.
- If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described for the base period;
- If you are a SDVOSB or HUBZone business, provide your company's ability to perform at least 50% of the work; and the company's ability to begin performance upon contract award;
- If you are a large business, please provide the percentage of work you believe could be reasonably subcontracted to small business, should this effort not be set-aside.
- Provide a statement of affirmation that your company can complete the work required for this upgrade in the stated timeframe. If not, provide an explanation.
- Provide a detailed description of no more than two previous relevant experience(s) within the last (5) years that demonstrates your firm's ability to effectively and successfully perform this effort based on the scope and outlined requirements. Provide the following information for each example of relevant experience provided:
- Name of Effort
- Name of Prime Contractor if you were not the Prime
- Name of Contracting Activity
- Contracting Office name and telephone number
- Contract Number
- Total Contract Value
- Total dollar value under the contract for which your firm was responsible to perform
- Period of Performance
- Detailed summary of work performed
- For respondents that are awardees under the Training Services Contract (TSC) IV Multiple Award Contract (MAC), a completed copy of Enclosure (1) (small business prime contract holders ONLY).