Search Contract Opportunities

Navy Fielded Training Systems Support (FTSS)   5

ID: N6134021R0001 • Type: Sources Sought

Description

Posted: Oct. 4, 2021, 5:57 a.m. EDT

10/04/21 Update

The purpose of this update is to provide cross-reference to FTSS V Solicitation Notice N6134021R0001RFP that was posted on beta.sam.gov on 9/20/21.

08/11/21 Update

The purpose of this update is to provide as an attachment to this announcement the FTSS V Pre-Solicitation Conference Registration/Attendance Sheet. Draft RFP Q&A #10-11 are also provided as an attachment.

08/02/21 Update

The purpose of this update is to provide as an attachment to this announcement the FTSS V Pre-Solicitation Conference Slides for those participants that will be dialing in to the conference tomorrow. Draft RFP Q&A #1-9 are also provided as an attachment.

07/20/21 Update

The purpose of this update is to provide the Draft Solicitation, to provide date and registration information for the Pre-Solicitation Conference, and to provide instruction and timing for the submission of questions regarding the Draft Solicitation and Pre-Solicitation Conference.

Draft Solicitation:

Draft Solicitation documentation has been added as an attachment to this announcement (FTSS V Draft RFP N6134021R0001, and draft basic attachments BC 1 through BC 13, and draft section L attachments L-1 through L-10). This documentation is for informational purposes only. 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 draft information. No funds are available to pay for preparation of responses to the Draft RFP. Any information submitted by respondents to this draft is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to the Draft RFP will not be individually notified if the requirement is solicited. Solicitations will occur through the https://beta.sam.gov website. Draft Solicitation Questions, and any information provided, will be utilized by NAWCTSD to refine the solicitation documentation. The Final Solicitation, once published, will supersede all prior information.

Pre-Solicitation Conference:

A Pre-Solicitation Conference will be conducted for the purpose of explaining the specifications and terms and conditions of the Draft Solicitation, and to encourage active industry participation and to promote a better understanding of the Government's requirement. Therefore, all prospective Offerors are urged to attend. Failure of a prospective Offeror to attend the conference or to submit any questions will be construed to mean that the prospective Offeror fully understands all requirements of the Draft Solicitation. In no event will failure to attend the conference constitute grounds for a claim after award of the contract.

When: A Government presentation followed by Questions and Answers in an open format will be held on Tuesday, August 3rd, 2021, from 1:00 pm to 4:00 pm EST.

Where: Due to the current COVID-19 pandemic, the Pre-Solicitation Conference will be held virtually using the WebEx platform. Only the confirmed registered participants will receive emailed Invitations including links and connection instructions. If, for any reason, you are unable to establish a WebEx connection to the meeting from the link in the meeting invite, the invitation also includes a dial-in phone number below the join meeting link. If you have not received Meeting Invites for each meeting for which you have been confirmed as registered by Thursday, July 29th at 1:00 pm EST, please email janet.fondriest@navy.mil AND deborah.barnes1@navy.mil .

Registration Instructions: Send an email to janet.fondriest@navy.mil AND deborah.barnes1@navy.mil. Please use "FTSS V Pre-Solicitation Conference" in the subject line. The email should contain the name of the company, business size, CAGE code, and the name, title/position, email, and telephone number of each of the attendees. You will receive an email to confirm your attendance. Registration requests are due by 3:00 pm EST on Tuesday, July 27th, 2021. WebEx meeting invitation emails containing access information will be sent directly to each confirmed registered participant.

Please note that the WebEx platform can only accommodate up to 200 participants from all sources in a single meeting. To ensure that all registered/confirmed participants will be able to partake, e ach company is restricted to a total of two (2) participants, and only the registered/confirmed individual participants may access this meeting. Any non-registered/confirmed personnel will be asked to leave the meeting. Please do not forward WebEx meeting invites to other people within your companies. A registration and confirmation is required for each individual person.

The following two reference materials have been attached to this announcement for read-ahead and use for the Pre-Solicitation Conference:

1. Pre-Solicitation Conference Etiquette Instructions

2. Power Point tutorial entitled Joining a WebEx Meeting

Draft Solicitation Questions:

Offerors may submit questions requesting clarification of the Draft Solicitation requirements or questions generated at the Pre-Solicitation Conference by emailing the primary and secondary point of contacts listed below. It is required that all Draft Solicitation/Pre-Solicitation Conference questions be received by 3:00 pm on August 5th. All questions shall be submitted utilizing Draft RFP Attachment L-10 Question Form. The Government is under no obligation to try to answer questions received after that date, but may answer the question if time permits.

In preparation for the Question and Answer exchange at the end of the Pre-Solicitation Conference on the August 3rd, companies are encouraged to email questions about the FTSS V Draft RFP to the primary and secondary point of contacts listed below by 3:00 pm EST on Friday, July 27, 2021. Due to the virtual nature of the Pre-Solicitation Conference, we may not be able to fully address all of the questions received after July 27th in that forum. Questions will be answered in writing and posted as an attachment to this announcement in beta.sam.gov after the Pre-Solicitation Conference along with the record of attendance.

In the course of the Pre-Solicitation Conference and Q&A, companies are responsible for informing the Government of any information that they view as proprietary and that should not be released. Additionally, companies should not include any proprietary information in questions for which they would like Government response, because the Government must try to provide a response that is available to all potential Offerors.

06/24/21 Update

Industry Question and Answer #85 has been added as an attachment to this announcement.

06/02/21 Update

Industry Question and Answer #84 has been added as an attachment to this announcement. In addition, the Government currently expects the Draft RFP to be issued in July 2021 and the Final RFP in September 2021 and the award is expected to be in March 2022. Please note that Draft Milestone Schedule dates are subject to change, and changes will be communicated to Industry as applicable under this announcement on beta.sam.gov.

05/04/21 Update

The Government currently expects the Draft RFP to be issued in June 2021 and the Final RFP in August 2021 and the award is expected to be in February 2022. Please note that Draft Milestone Schedule dates are subject to change, and changes will be communicated to Industry as applicable under this announcement on beta.sam.gov.

01/20/21 Update

Industry Day Question and Answer #82 & #83 have been added as attachments to this announcement. In addition, the Government currently expects the Draft RFP to be issued in May 2021 and the Final RFP in June 2021 and the award is expected to be in October 2021. Please note that Draft Milestone Schedule dates are subject to change, and changes will be communicated to Industry as applicable under this announcement on beta.sam.gov.

12/3/20 Update

Industry Day Question and Answer #81 has been added as an attachment to this announcement.

11/24/20 Update

The April 2020 Industry Day Slides (attachment to this announcement) had cited a Draft Milestone Schedule including a Draft RFP date of Dec 2020 and Issue RFP date of Jan 2021. The Government currently expects the Draft RFP to be issued in Feb 2021 and the Final RFP in Mar 2021. At this time the award date is not expected to shift. Please note that Draft Milestone Schedule dates are subject to change, and changes will be communicated to Industry as applicable under this announcement on beta.sam.gov.

8/4/20 Update

Industry Day Questions and Answers #77-80 has been added as an attachment to this announcement.

8/3/20 Update

Industry Day Questions and Answers #1-76 has been added as an attachment to this announcement.

5/4/20 Update

Industry Day Registration/Attended List has been added as an attachment to this announcement.

4/28/20 Update

Industry Day General Session Important Information:

Please note that the WebEx platform can only accommodate up to 200 participants from all sources in a single meeting. We are approaching that number now for all registered/confirmed participants. To ensure that all registered/confirmed participants will be able to partake in the General Session on Wednesday, April 29, 2020, from 12:00 pm to 3:00 pm EST, only the registered/confirmed individual participants may access this meeting. Any non-registered/confirmed personnel will be asked to leave the meeting. Please do not forward WebEx meeting invites to other people within your companies. A registration and confirmation from the CS/PCO is required for each individual person. Very limited registration space is left. If you have not registered yet and wish to do so, please do so today no later than 1400 EST by following the Registration Instructions below. After 1400 EST today the registration will be closed.

4/27/20 Update

Industry Day Reference Materials:

The FTSS V Industry Day slides have been updated to include Organizational Conflict Of Interest information.

4/24/20 Update

Industry Day Reference Materials and Information:

Two additional reference materials have been attached to this announcement for read-ahead and use on Industry Day.

1. Industry Day Etiquette Instructions

2. Power Point tutorial entitled Joining a WebEx Meeting

In addition, WebEx information has been updated in this announcement in bold text, and the FTSS V Industry Day slides have been updated to ensure each slide is numbered, so that all participants can more easily follow along with the presentation.

Industry Day Reference Materials and Information:

Two reference materials have been attached to this announcement for read-ahead and use on Industry Day.

1. FTSS V Industry Day Slides.

2. FTSS V 1-on-1 Meeting Questions. This standard set of questions will be used to guide the 1-on-1 meeting interactions for those companies who have requested 1-on-1 meetings with the government.

In preparation for the Question and Answer exchange at the end of the general session on the 29th, companies are encouraged to email questions about the FTSS V Industry Day slides to the primary and secondary point of contacts listed below by 3:00 pm EST on Friday, April 17, 2020. We will try to address all questions received, regardless of submission date. However, due to the virtual nature of the Industry Day, we may not be able to fully address all of the questions received after April 17th in that forum. Please note that all questions will be answered in writing and posted as an attachment to this announcement in beta.sam.gov after the Industry Day along with the record of attendance.

In the course of the Industry Day, Q&A, and 1-on-1's, companies are responsible for informing the Government of any information that they view as proprietary and that should not be released. Additionally, companies should not include any proprietary information in questions for which they would like Government response, because the Government must try to provide a response that is available to all potential Offerors.

The government will begin to schedule specific time slots for the 1-on-1's that have been requested following receipt of all registration and 1-on-1 meeting requests on 10 April 2020.

WebEx meeting invitation emails containing access information for the General Session, and for each of the scheduled 1-on-1 meetings, will be sent directly to each confirmed registered participant. If you have not received Meeting Invites for each meeting for which you have been confirmed as registered by Monday, April 27th at 13:00 EST, please email the POC's below.

Industry Day Announcement:

The Naval Air Warfare Center Training Systems Division will host an Industry Day for the Navy Fielded Training Systems Support V (FTSS V) Multiple Award Contract (MAC) acquisition.

When: A general session with Government presentation followed by Questions and Answers in an open format will be held on Wednesday, April 29, 2020, from 12:00 pm to 3:00 pm EST. One-on-one meetings are also planned before and after the general session. Due to the condensed time frame, each of these one-on-one meetings will be between 20-30 minutes, to allow enough time to meet with all contractors. Depending on the number of 1-on-1 meeting requests, the 1-on-1's may also be scheduled on Thursday, April 30, 2020.

Where: Due to the current COVID-19 pandemic, the Industry Day and 1-on-1 sessions will be held virtually using the WebEx platform. An Industry Day Slide Deck, Agenda, and list of 1-on-1 questions have been provided as attachments to N6134021R0001 in beta.SAM.gov. Only the confirmed registered participants will receive emailed Invitations including links and connection instructions. If, for any reason, you are unable to establish a WebEx connection to the meeting from the link in the meeting invite, the invitation also includes a dial-in phone number below the join meeting link. If you have not received Meeting Invites for each meeting for which you have been confirmed as registered by Monday, April 27th at 13:00 EST, please email the POC's below.

Purpose: To increase awareness of industry capabilities and gather data to shape the future procurement strategy. Provide an overview and facilitate Government and industry communication with the intent of promoting a better understanding of the Government's requirement. Conduct an open forum discussion to encourage active industry participation and allow interested parties to ask the Government questions to better understand the requirements.

The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception, size standard of $41.5M. The Product Service Code (PSC) is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices.

Registration Instructions: Send an email to the primary and secondary point of contacts listed below. Please use "FTSS V Industry Day" in the subject line. The email should contain the name of the company, business size, CAGE code, and the name, title/position, email, and telephone number of each of the attendees. Please also include whether or not you would like to schedule a 1-on-1 meeting. You will receive a confirmation email to confirm your attendance, and to schedule a 1-on-1 meeting, if applicable. Registration requests are due by 3:00 pm EST on Friday, April 10, 2020.

Disclaimer: This announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the https://beta.sam.gov website. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities.

Sources Sought Notice:

The purpose of this Sources Sought Notice in to determine the interest, availability and capabilities of potential offerors to provide the required FTSS services described herein, and to seek recommendations and input on potential acquisition strategies.

INTRODUCTION: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide a wide range of complex and non-complex Fielded Training Systems Support (FTSS) services for various Navy and non-Navy customers. The predecessor approach in satisfying the requirement was the Fielded Training Systems Support IV (FTSS IV) Multiple Award Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract. The FTSS MAC approach allows streamlined, quick response procurements to meet the long-term FTSS needs of Naval Training and School Commands, and other Government training support activities. The FTSS services are intended to support various training systems located at multiple training sites around the world, and satisfy a myriad of training requirements, including: initial operator and crew training, mission rehearsal training, and maintenance training.

Primary FTSS services include Contractor Operation and Maintenance Services (COMS), and Contractor Instructional Services (CIS) for primarily aircrew and maintenance simulators. These simulators/devices/training systems/classrooms support surface, sub-surface, and aviation customers. COMS requires the Contractor to provide all labor, materials, consumables, equipment, tools and test equipment necessary to operator and maintain the training systems and equipment in a fully operational condition. CIS requires the Contractor to provide Contract Instructors (CI) in support of simulators, training devices, associated classrooms and/or other training methods to train users in the knowledge and skills to support the mission and the established learning objectives. Ancillary FTSS services include but are not limited to; Training Device Relocations (TDR), Training Systems Management (TSM), minor modification support, Quick Response modifications, and In-Service Engineering support and similar FTSS needs.

The anticipated requirements include approximately 19 known follow-on FTSS task orders valued cumulatively at approximately $1B over the 8 year support period, and additional task orders for future unknown COMS and CIS efforts within the Navy/United States Marine Corps (USMC) Training domain. Known contemplated task order requirements are listed at the end of this document.

PLACES OF PERFORMANCE: Performance is required at Navy and USMC training device locations, in the continental United States (CONUS) and outside the continental United States (OCONUS).

REQUIRED CAPABILITIES: NAWCTSD is seeking companies that have a successful track record in performing simulator COMS & CIS services as a primary core competency with a high degree of customer satisfaction. Interested parties should provide documentation on the following:

CAPABILITIES: Provide a brief company introduction and details on the company/organization. Discuss your management approach in performing FTSS services. Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the FTSS requirements. Include your understanding of Information Cyber Security processes, and whether or not your company possesses a Secret or a Top Secret Facility Clearance. Discuss your capacity to take on new COMS/CIS efforts. Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc. If you are a small business interested in being a prime contractor for orders set-aside for small business competition under the FTSS V MAC, please be advised that the Federal Acquisition Regulation (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 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ).

To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business planning to utilize similarly situated entities to meet the Limitations on Subcontracting, please identify the name and Commercial and Government Entity (CAGE) Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their Small Business size status under the North American Industry Classification System (NAICS) Code 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 this Sources Sought Notice in order to assist the Government's capability determination.

EXPERIENCE: Interested parties should provide details of their experience in the last 5 years performing COMS and CIS work. Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. For NAWCTSD contracts, interested parties only need to provide the contract number, name of program and period of performance. For non-FTSS NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort:

Magnitude of the requirement (size of the workforce for COMS or CIS, number of sites, number of instructional hours);

Quantities and complexity of simulators and weapons platforms supported;

Activity level/op-tempo;

Type of instruction;

Security requirements (i.e. Facility Clearance requirement for that effort);

Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments; and

Degree(s) of risk (performance, schedule, cost).

SIZE STATUS: The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception, size standard of $41.5M. The Product Service Code (PSC) is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their size status. Small Businesses must also identify whether the company is a Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business, and/or a Women-Owned Small Business (WOSB). This information will be used by the Government to determine any potential set-asides.

ACQUISITION PROCESS IMPROVEMENT: The Government is also seeking comments from Industry on their experiences competing in FTSS and similar efforts, and in performance on awarded tasks within the FTSS contracts, other contracting vehicles, and for other communities and services. This includes Industry's recommendations for improvement to the current processes for contracting and performance of the overall work scope that has been awarded under FTSS IV. Industry is encouraged to address the Government on both the concerns in the currently contracted efforts and its view on the future beyond the FTSS IV contracting period.

SOURCES SOUGHT RESPONSES: Your firm's response to this Sources Sought synopsis should include:

SUBMISSION DETAILS: Interested businesses shall submit responses by email to Ms. Janet Fondriest, janet.fondriest@navy.mil. Please submit all questions by email to the same point-of-contact (POC).

One electronically submitted response shall be received no later than 5:00pm Eastern Time on 16 March 2020, and reference: FTSS V - Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than twenty (20) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and POC(s) including name(s), phone number(s), fax number(s), and email address(es).

This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the https://beta.sam.gov website. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities.

Contracting Office Address and POC:

12211 Science Drive
Code GT22100
Orlando, Florida 32826-3224

Primary Point of Contact:

Janet Fondriest

Contract Specialist, Code GT22200

Naval Air Warfare Center Training Systems Division

Tel: (407)380-8454

Email: janet.fondriest@navy.mil

Secondary Point of Contact:

Jana McEntegart

Procurement Contracting Officer, Code GT22100

Naval Air Warfare Center Training Systems Division

Tel: (407)380-4997

Email: jana.mcentegart@navy.mil

EXPECTED RECURRENT FTSS REQUIREMENTS:

2.1 Known recurring service requirements, categorized by suitability for Large or Small Business Prime Contractor, based on Government analysis of a variety of parameters of scope, magnitude, and complexity:

Large Business Programs

CISLANT

CNATRA CIS

CNATRA COMS

E-2C/D COMS & CIS

E-6B ATS COMS & CIS & QRM

F/A-18 COMS & CIS

MARITIME COMS & TSM

Navy Helo COMS & CIS

Surface COMS

NSST CIS

Submarine CMS

WESTPAC COMS & CIS

USMC ATS COMS & CIS

Small Business Programs

NASTP COMS

RESFOR COMS

NATTC COMS & CIS

Surface Fire Fighter COMS

DARTS AAAT CIS

FTSP Repair

Posted: Aug. 11, 2021, 9:10 a.m. EDT
Posted: Aug. 2, 2021, 4:49 p.m. EDT
Posted: Aug. 2, 2021, 2:25 p.m. EDT
Posted: July 20, 2021, 9:18 p.m. EDT
Posted: June 24, 2021, 8:00 p.m. EDT
Posted: June 2, 2021, 3:45 p.m. EDT
Posted: May 4, 2021, 9:23 a.m. EDT
Posted: Jan. 20, 2021, 2:09 p.m. EST
Posted: Dec. 3, 2020, 4:09 p.m. EST
Posted: Nov. 24, 2020, 11:20 a.m. EST
Posted: Aug. 4, 2020, 9:12 a.m. EDT
Posted: Aug. 3, 2020, 2:52 p.m. EDT
Posted: May 5, 2020, 3:59 p.m. EDT
Posted: April 28, 2020, 10:10 a.m. EDT
Posted: April 27, 2020, 5:57 p.m. EDT
Posted: April 24, 2020, 8:29 a.m. EDT
Posted: April 9, 2020, 12:41 p.m. EDT
Posted: April 3, 2020, 1:26 p.m. EDT
Posted: March 19, 2020, 8:19 a.m. EDT
Posted: Feb. 13, 2020, 4:15 p.m. EST
Posted: Feb. 5, 2020, 9:59 a.m. EST

Overview

Response Deadline
March 16, 2020, 5:00 p.m. EDT Past Due
Posted
Feb. 5, 2020, 9:59 a.m. EST (updated: Oct. 4, 2021, 5:57 a.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
88% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 2/5/20 NAWC Training Systems Division issued Sources Sought N6134021R0001 for Navy Fielded Training Systems Support (FTSS) due 3/16/20. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC J069.
Primary Contact
Name
Janet Fondriest   Profile
Phone
(407) 380-8454

Secondary Contact

Name
Jana McEntegart   Profile
Phone
(407) 380-4997

Documents

Posted documents for Sources Sought N6134021R0001

Opportunity Lifecycle

Procurement notices related to Sources Sought N6134021R0001

Award Notifications

Agency published notification of awards for Sources Sought N6134021R0001

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N6134021R0001

Contract Awards

Prime contracts awarded through Sources Sought N6134021R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6134021R0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6134021R0001

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
Oct. 4, 2021
Last Updated By
janet.fondriest@navy.mil
Archive Date
April 30, 2022