The RFP Database
New business relationships start here

F/A-18E/F and EA-18G H12 SYSTEM CONFIGURATION SET (SCS) / OPERATIONAL FLIGHT PROGRAM (OFP) UPGRADE AND BASELINE OF AIRCREW COURSEWARE


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

F/A-18E/F and EA-18G H12 SYSTEM CONFIGURATION SET (SCS) / OPERATIONAL FLIGHT PROGRAM (OFP) UPGRADE AND
BASELINE OF AIRCREW COURSEWARE

INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources to upgrade the SCS/OFP of the existing F/A-18E/F and EA-18G aircrew courseware to the H12 configuration. To assist in the upgrade, the existing courseware, a Training Situation Requirements Analysis (TSRA), and courseware-related documents will be provided as Government Furnished Information. A summary of the technical requirements is detailed below.

PROGRAM BACKGROUND: The F/A-18E/F and EA-18G aircrafts have undergone upgrades and modifications since the latest SCS/OFP upgrade (H10) was implemented.
Many of these upgrades and modifications impacted the technical data for the operation of the aircraft. The goal of the subject effort is to update and upgrade the courseware products impacted by those technical data changes. This effort is strictly limited to courseware updates and upgrades. While trainers are features of the Aircrew training systems, those items are not part of the subject upgrade or this Sources Sought notice.

SCOPE: The goal of F/A-18E/F and EA-18G aircrew training is to provide fleet Pilots, Weapons Systems Officers (WSOs), and Electronic Warfare Officers (EWOs) the knowledge and skills to effectively perform missions using the onboard advanced avionic weapon systems.
Requirements currently exist to revise existing F/A-18E/F and EA-18G aircrew training materials used by the Fleet Replacement Squadrons (FRS) VFA-106, VFA-122, and VAQ-129 due to the impact of the H12 SCS/OFP changes on the human-vehicle interface (HVI) and tactical employment of the aircraft systems. This will require an update of all relevant FRS courseware elements to depict the H12 SCS/OFP and the pre and post Lot 26 (Block 2 APG-73 and APG-79) aircraft configuration. Self-paced Interactive Courseware (ICW) will also be redesigned and developed to support FRS syllabus lecture events that rely on this ICW as prerequisite content. In addition, requirements exist to revise and establish an H12 SCS/OFP baseline for the FA-18E/F and EA-18G Instructor-led lectures used by the Strike Fighter and Electronic Attack Weapons Schools (SFWSL, SFWSP, and EAWS) to support Strike Fighter Advanced Readiness Program (SFARP) and Growler Electronic Warfare Advanced Readiness Programs (EWARP).

Specific tasks will include:
b"    Utilizing contractor supplied H12 Technical Subject Matter Experts (SME) to identify and confirm all relevant courseware elements (common and unique) requiring update to the H12 SCS/OFP.
b"    Updating existing VFA-106, VFA-122 and VAQ-129 Category 1 FRS ICW (up to level 3) to represent the H12 OFP and associated SCSs.
The effort will also update ICW to depict pre and post Lot 26 (Block 2 APG-73 and APG-79) configuration as needed. In addition, the effort will redesign and develop this FRS ICW to upgrade its ability to support FRS academic Instructor Led Training (ILT).
b"    Updating FRS academic ILT PowerPoint lectures and notes to represent H12 OFP and associated SCS as well as updating this ILT to depict pre and post Lot 26 (Block 2 APG-73 and APG-79) configuration as required.
b"    Updating FRS simulator and flight event training materials to represent H12 OFP and associated SCS as well as updating these simulator and flight training materials to depict pre and post Lot 26 (Block 2 APG-73 and APG-79) configuration.
b"    Updating SFARP and EWARP PowerPoint lectures to represent H12 Operational OFP and associated SCS.
Updating all SFARP and EWARP training materials to depict pre and post Lot 26 (Block 2 APG-73 and APG-79) configuration.
b"    Modifying legacy or developing new assessment items, including appropriate remediation and feedback (where required) for the updated courseware.

PLACE OF PERFORMANCE: The preponderance of the effort can be completed at the contractorbs facility; however some travel may be needed to meet contract requirements. This effort includes update of F/A-18E/F and EA-18G aircrew training content for the following sites:
b"    Naval Air Station (NAS) Oceana, VA
b"    NAS Lemoore, CA
b"    NAS Whidbey Island, WA

REQUIRED CAPABILITIES: Interested parties should provide documentation on their Capabilities, Experience, Schedule, and Cost that demonstrates ability to fulfill the detailed courseware upgrade tasks identified above.
See page limitations in last paragraph.

a. CAPABILITIES: Interested parties should provide a brief company introduction and details on the company/organization, including any potential teaming approach. Include information on program management, requirements management, risks, and courseware development plans and processes. The following areas should be addressed:

i.    Describe your companys current relevant experience, within the last 5 years, for upgrading and/or creating Aviation Aircrew courseware in relation to analysis, design and development.
ii.    Describe your companys current relevant experience, within the last 5 years, for upgrading and/or creating F/A-18 and EA-18G courseware in relation to analysis, design and development.

iii.    Describe the availability and qualification of your Subject Matter Experts (SMEs) and how they will help you meet the requirements of the F/A-18E/F and EA-18G Aircrew Courseware Training as detailed above. SMEs knowledgeable and experienced in the H12 configuration of the F/A-18E/F and EA-18G SCS/OFP are necessary to ensure accuracy, currency and fluency with the aircraft and trainers. Please specify your SMEsb experience with this SCS configuration or explain your assurance of obtaining such SMEs.
iv.    Indicate your companys interest in participating as a prime contractor or as a subcontractor.

b. SCHEDULE: The Government anticipates the effort to require 15 months for completion.
Companies should provide comments as to their likelihood of satisfying the requirements within 15 months.

c. COST: The Governmentbs anticipated budget is $6M. Also, feedback and comments regarding the anticipated budget are encouraged.

SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level up to TOP SECRET. The Government intends to maintain rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items. Please address this requirement.

SIZE STATUS: The anticipated NAICS code for this requirement is 541330, size standard of $38.5M. The Product Service Code is anticipated to be 6910. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis.

SUBMISSION DETAILS: Interested businesses shall submit responses by email to Anthony McEntegart, at anthony.mcentegart@navy.mil.
Please submit all written questions by email to Anthony McEntegart.

One electronically submitted response shall be received no later than 5:00 pm Eastern Time on 10 April 2017 and reference: F/A-18 Aircrew Courseware Upgrade b Sources Sought. Interested businesses should submit a BRIEF capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the services listed in the attached Technical Description. Documentation should be organized into the following sections: Experience, Capabilities, Schedule, Cost, and ability to satisfy the Special Requirements identified. All responses shall include Company Name, CAGE code, Company Address, Company Business Size, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address.

Contract Specialist
Anthony McEntegart
407-381-8614
anthony.mcentegart@navy.mil

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP