Search Contract Opportunities

Sources Sought Notice for H-1 Training Device Modernization Program Procurement, Upgrades to AH-1Z and UH-1Y Flight Training Devices   4

ID: N6134022R0030 • Type: Sources Sought
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

Posted: Jan. 3, 2022, 4:27 p.m. EST

INTRODUCTION

The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources for the upgrade and modernization of sixteen existing AH-1Z and UH-1Y Flight Training Devices (FTD). The following devices for this effort are part of the H-1 Training Device Modernization Program, also known as the H-1 Lot 7 and 8 Upgrades:

1. 2F197B-2 AH-1Z FTD; New River, NC

2. 2F196-1 UH-1Y FTD; New River, NC

3. 2F226-1 UH-1Y FTD; New River, NC

4. 2F227-1 AH-1Z FTD; K-Bay, HI

5. 2F196B-3 UH-1Y FTD; K-Bay, HI

6. 2F226-2 UH-1Y FTD; Belle Chasse LA

7. 2F196B-4 UH-1Y FTD; McGuire, NJ

8. 2F197-1 AH-1Z FTD; Pendleton, CA

9. 2F227-2 AH-1Z FTD; New River, NC

10. 2F206-1 UH-1Y FTD; Pendleton, CA

11. 2F215-1 AH-1Z FFS; Pendleton, CA

12. 2F196B-2 UH-1Y FTD; Pendleton, CA

13. 2F227-5 AH-1Z FTD; Futenma, JP

14. 2F226-3 UH-1Y FTD; Futenma, JP

15. 2F227-4 AH-1Z FTD; Belle Chasse, LA

16. 2F227-3 AH-1Z FTD; McGuire, NJ

In general, all devices will receive extensive modifications to increase training systems supportability and aircraft concurrency, reduce total life cycle support costs and obsolescence, and enhance flight crew training. The contractor tasked to do this effort shall organize, coordinate, and control the program activities to ensure compliance with the all contract requirements and the timely delivery of the required product and services for all devices at their locations. The contractor shall provide the necessary program management, systems engineering, design engineering, materials, services, equipment, facilities, testing, technical, logistics, manufacturing, travel, and clerical support for the effort. Responses received for this notice will serve as consideration for acquisition planning purposes.

SPECIFIC REQUIREMENTS

All devices will receive modifications consisting of upgrades and modernizations for the following subsystems and components:

  • Display system projectors
  • Image Generator (IG)
  • Synthetic environment visual and sensor database and moving models
  • Refurbishment of display system collimating mirrors for select devices
  • Cockpit electromagnetic mapping
  • New Instructor Operator Station (IOS) monitors and software
  • Replacement of Cockpit Multi-Function Displays with touchscreen functionality for the IOS operation
  • New Cockpit Monitoring System (CMS)
  • New cockpit cameras
  • Replacement or upgrade of control loading actuators
  • Motion Analysis Report for Six Degree of Freedom (DOF) secondary motion system
  • Upgrade of all Computational Systems hardware and software operating systems
  • Installation of Daily Operational Readiness Test
  • Improved wind modelling/simulation flight characteristics over various terrains for specific missions.
  • Improved Reduced Visibility Landing (RVL)/Brownout modelling and simulation
  • Addition of capabilities for LINK-16 military tactical data link

The UH-1Y 2F196-1 FTD at New River will receive a visual system analysis to determine if it is feasible to upgrade the displays system collimating mirrors from Mylar to glass substrate and perform modification to the Input/Output subsystem.

The UH-1Y 2F196B-3 FTD at K-Bay will receive refurbishment of the display system collimating mirrors.

The AH-1Z FTD, Device 2F227-2, will receive refurbishment of the real image display screen surface coating.

The AH-1Z 2F215-1 Full Flight Simulator (FFS) at Camp Pendleton will require the removal of the six DOF platform motion system and fixture of the FTD onto fixed base.

The AH-1Z and UH-1Y devices 2F196-1, 2F196B-2, 2F196B-3, 2F196B-4, 2F206-1, 2F226-1, 2F226-2, 2F197-1, 2F197B-2, 2F215-1, and 2F227-1shall receive upgrades to the Automated Test Guide (ATG).

TRAINING DEVICES SCHEDULE

The schedule below is notional and based on a contract award in October 2022. Upon award, a Baseline Configuration Audit (BCA) will be conducted for each location. The design phase will begin at the Systems Requirement Review (SRR) and end at the Critical Design Review (CDR). Each device is expected to have multiple trainer downtimes for upgrades based on the prioritization and scheduling within the IPT. Each scheduled trainer downtime for upgrades will include a Pre-Modification Inspection (PMI), Contractor Preliminary testing (DT-C1), and the Integrated Final Inspection (IT-C1). Toward the end of the Period of Performance, a Final and Physical Configuration Audit (FCA/PCA) will be conducted followed by the Initial Operational Capability (IOC) support for all devices.

ELIGIBILITY

The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing) which carries a small business size standard of 1,000 employees. The Product Service Code (PSC) is 6910. Any interested parties must submit a capability statement stating what experience they have with similar efforts and if they are able to accommodate this effort within the required timeline and schedule outlined above. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. For additional information requested specifically from small businesses, see submission details below.

SUBMISSION DETAILS

Written responses to this announcement should specifically address the following. Responses should be succinct, but sufficient in detail to adequately demonstrate the required capability to meet the Government's stated requirements. The Government intends to utilize the data collected from this announcement to finalize the acquisition strategy.

  1. Information about your company:
  2. Name and address of the company
  3. Cage Code
  4. Size of business and if applicable to any small business classification
  5. Names of two points of contact, including title and telephone number
  6. Company Resources:
    1. A discussion of your company's capabilities to meet the Government's training device requirements. Please provide supporting rationale for your response to include a discussion of manufacturing capacity, resources, and facilities that will be employed to meet ALL the requirements in the SPECIFIC REQUIREMENTS and TRAINING DEVICES SCHEDULE section shown above.
  7. Wind modelling/simulation flight characteristics over various terrains:
    1. A discussion of your company's capabilities and experience providing wind modelling flight characteristics over various terrains.
  8. Reduced Visibility Landing/Brownout modelling/simulation:
    1. A discussion of your company's capabilities, products, and experience providing particle-based, physics-driven reduced visibility landing/brownout modelling and simulation. Identify projects in which your company's product has been integrated and fielded with a DOD training device.
  9. For Small Businesses: 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 2021-O0008 is now in effect which includes the definition of Similarly Situated Entity and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may 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 2021-O0008 dated 09/10/21 at https://www.acq.osd.mil/dpap/policy/policyvault/USA001770-21-DPC.pdf).
    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 Limitations 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 notice in order to assist the Government's capability determination.

NOTE: Where applicable, include the following information:

  • Government contract number
  • Contract value
  • Role your company played (prime contractor, sub-contractor)

All responses shall be submitted by email to Mr. Richard Steinfeld (richard.h.steinfeld.civ@us.navy.mil) no later than 12 PM Eastern Standard Time (EST) on Monday, 10 January 2022. 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.

DISCLAIMER

THIS SOURCE 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.

GOING FORWARD, ALL NEW ENTITIES REGISTERING IN GSA'S SYSTEM FOR AWARD MANAGEMENT (SAM), AS WELL AS EXISTING REGISTRATIONS BEING UPDATED OR RENEWED, WILL REQUIRE THE SUBMISSION OF AN ORIGINAL, SIGNED NOTARIZED LETTER IDENTIFYING THE AUTHORIZED ENTITY ADMINISTRATOR FOR THE ENTITY ASSOCIATED WITH THE DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER BEFORE THE REGISTRATION WILL BE ACTIVATED. IT IS RECOMMENDED THAT ALL INTERESTED PARTIES BE AWARE THAT PROCESSING THIS ADDITIONAL INFORMATION MAY TAKE SEVERAL DAYS AND ARE PROACTIVE IN MAINTAINING THE SAM REGISTRATIONS IN AN ACTIVE STATUS AS THE GOVERNMENT CANNOT AWARD TO AN ENTITY WITHOUT AN ACTIVE SAM REGISTRATION. MORE INFORMATION CAN BE FOUND AT WWW.GSA.GOV/SAMUPDATE.

Posted: Dec. 21, 2021, 3:55 p.m. EST
Posted: Dec. 16, 2021, 9:54 p.m. EST
Posted: Dec. 13, 2021, 3:25 p.m. EST
Background
The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources for the upgrade and modernization of sixteen existing AH-1Z and UH-1Y Flight Training Devices (FTD). The devices are part of the H-1 Training Device Modernization Program, also known as the H-1 Lot 7 and 8 Upgrades. The contractor shall organize, coordinate, and control the program activities to ensure compliance with all contract requirements and timely delivery of the required product and services for all devices at their locations.

Work Details
All devices will receive modifications consisting of upgrades and modernizations for various subsystems and components including display system projectors, image generator, synthetic environment visual and sensor database, cockpit electromagnetic mapping, new Instructor Operator Station (IOS) monitors and software, replacement or upgrade of control loading actuators, motion analysis report for Six Degree of Freedom (DOF) secondary motion system, installation of Daily Operational Readiness Test, improved wind modeling/simulation flight characteristics over various terrains for specific missions, improved Reduced Visibility Landing (RVL)/Brownout modeling and simulation, addition of capabilities for LINK-16 military tactical data link. Specific modifications are detailed for each device.

Place of Performance
New River, NC; K-Bay, HI; Belle Chasse LA; McGuire, NJ; Pendleton, CA; Futenma, JP

Overview

Response Deadline
Jan. 10, 2021, 12:00 p.m. EST (original: Dec. 28, 2021, 12:00 p.m. EST) Past Due
Posted
Dec. 13, 2021, 3:25 p.m. EST (updated: Jan. 3, 2022, 4:27 p.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
61%
On 12/13/21 NAWC Training Systems Division issued Sources Sought N6134022R0030 for Sources Sought Notice for H-1 Training Device Modernization Program Procurement, Upgrades to AH-1Z and UH-1Y Flight Training Devices due 1/10/21. The opportunity was issued full & open with NAICS 333318 and PSC 6910.
Primary Contact
Name
Richard Steinfeld   Profile
Phone
(407) 380-8022

Documents

Posted documents for Sources Sought N6134022R0030

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N6134022R0030

Contract Awards

Prime contracts awarded through Sources Sought N6134022R0030

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6134022R0030

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6134022R0030

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
Jan. 3, 2022
Last Updated By
richard.steinfeld@navy.mil
Archive Date
Jan. 4, 2022