The RFP Database
New business relationships start here

Aircrew Training Device


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT Notice for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition for the Air Force Life Cycle Management Center (AFLCMC). DO NOT submit a quote or proposal in response to this notice. The Simulators Division, Agile Combat Support Directorate, Wright-Patterson AFB, seeks information concerning firms interested, to include small business socio-economic categories, capable and qualified of providing a commercial, non-developmental Aircrew Training Device (ATD) in the Cirrus, SR-20 (T-53) configuration.


This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of the USAF to acquire any products or services. Information provided to AFLCMC/WNS in response to this posting is strictly voluntary, given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on FedBizOpps at a future date. AFLCMC/WNS is interested only in identifying interested and capable contractors for this product and receiving industry feedback to improve the acquisition process as part of market research.


The planned North American Industry Classification System (NAICS) code is 333318, Other Commercial and Service Industry Machinery Manufacturing. The small business size standard is 1,000 employees.


The proposed contract is anticipated to be a firm fixed price contract for the purchase of a commercial, non-developmental Aircrew Training Device (ATD) in the Cirrus, SR-20 (T-53) configuration.


Delivery is FOB Destination to USAF Academy CO 80840.


Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. The minimum ATD salient characteristics are:


- ATD should utilize actual/near identical aircraft parts and avionics that are realistic in appearance, form and feel to the actual T-53 aircraft flown at the USAF Academy.


- ATD should be ergonomically accurate to the T-53 aircraft affording identical/near-identical performance of actual cockpit tasks.


- ATD should accurately represent actual T-53 aircraft system operations, indications and malfunctions. Malfunctions that can't be "realistically" simulated should be included with your submission.


- ATD should afford realistic T-53 aircraft feel and performance characteristics. Generic aircraft modeling/performance is not desired.


- ATD should include dual controls and have an Instructor Operations Station.


- ATD should support multi-channel visibility, in "relatively" high-definition. Visibility package should reflect (or be expandable to reflect) actual terrain and structures.


- ATD should have a field of vision of at least 180 degrees.


- ATD should fit into a 45 x 45 ft space.


Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.


All potential bidders are reminded, in accordance with Federal Acquisition Regulation (FAR) 52.204-7 System for Award Management (SAM), lack of registration in SAM will make a bidder ineligible for contract award. All businesses capable of providing these electronics training systems are invited to respond.


Interested parties shall provide the following information:


a. Company name, address, CAGE Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address;
b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any.


Interested parties may also provide feedback concerning the following:


a. Is this the appropriate NAICS code? If not, please identify which code is appropriate.
b. Are you a manufacturer or reseller?
c. What is your lead-time?
d. Have you ever performed federal government contracts?
e. What are your payment terms?
f. What would you consider "risk" on the contractor's part for this acquisition?
g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work.
h. Do any of the salient characteristics limit competition?
i. Are there any aspects of this requirement which are not consistent with current industry practices?
j. Summary of experience in the development, production, delivery, set-up, training, and support of ATDs. Please include a description/extent of any/all "outsourcing" requirements. Contact information on current customers is highly desired.
k. Summary of experience in courseware development. If out-sourced, please include the name of your intended partner, any similar joint-efforts (and/or years of association) with this partner.


Provide responses not later than 12:00pm Eastern Daylight Time on 29 September 2017. AFLCMC/WNS is under no obligation to consider information received after 12:00pm (EDT), 29 September 2017.


Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Email responses to Dina Nocifora, Contract Specialist at dina.nocifora@us.af.mil and McKenna Maertens, Contracting Officer, at mckenna.maertens@us.af.mil.


Please limit your responses to no more than five (5) pages and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis.


This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.


Pursuant to AFFARS 5301.9102(c), Lt Col Peter A. Sandness is appointed as the AFLCMC Ombudsman. The AFLCMC Ombudsman contact information is: AFLCMC/AQ (Lt Col Peter Sandness), 1790 10th St., Bldg. 572 WPAFB, OH 45433. Telephone Number: 937-255-5512, Email Address: peter.sandness@us.af.mil.


 


McKenna E. Maertens, Contracting Officer, Email mckenna.maertens@us.af.mil - Dina Nocifora, Contract Specialist, Email Dina.Nocifora@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP