The RFP Database
New business relationships start here

FMS HUEY II FLIGHT TRAINING DEVICE


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

 

INTRODUCTION


The Army Contracting Command - Orlando (ACC-ORL) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the Huey II Flight Training Device (FTD) in support of the Republic of Kenya with a potential Option for an additional Huey II FTD for the Republic of Uganda. 


The result of this market research will contribute to determining the method of procurement, for one (1) Huey II FTD with an option of one (1) additional Huey II FTD. Based on the responses to this sources sought synopsis, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.


 


DISCLAIMER 


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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.


 


PROGRAM BACKGROUND


The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for one (1) Huey II FTD in support of the Republic of Kenya and a potential Option to provide (1) Huey II FTD to the Republic of Uganda.


REQUIRED CAPABILITIES


The Government requires one (1) Huey II FTD for the Republic of Kenya.  The intent of this Sources Sought is to assess the state-of-the art of the technology available in flight simulation products that could be applied to meet this requirement. The Government envisions a solution for a FAA Level 5 FTDs that meets the following operational and program requirements:


The contractor shall develop, produce, install, and sustain the Huey II FTD. The contractor shall conduct installation and acceptance test of the Huey II FTD in Kenya. The contractor shall deliver all Huey II FTD software, spares, and associated technical data. The contractor shall deliver the Huey II FTD within a twelve (12) month Period of Performance (PoP) after contract award.


 


Huey II FTD FAA Requirements: The Huey II FTD shall be capable of qualifying for FAA Level 5 certification (Actual FAA Certification will not be required, however the FTD must meet all the FAA standards for a Level 5 FTD as described in Title 14 CFR Part 60 - Flight Simulation Training Device - Initial and Continuing Qualification and Use - NSP Consolidated Version - Appendix D: Qualification Performance Standards for Helicopter Flight Training Devices).


Huey II FTD Technical Requirements: The Huey II FTD shall have the Kenya Huey II aircraft configuration for pilot and copilot training. The Huey II FTD shall include pilot and co-pilot seats that are capable of vibration. The Huey II FTD seats shall vibrate base on rotor vibration, changes in "Rotation Per Minute" (RPM), or collective input. The Flight Simulator shall be able to render an "Out the Window" (OTW) visual scene with a continuous visual field-of-view of at least 146° degrees horizontally and 36° degrees vertically for both pilot and copilot seats, simultaneously. The Huey II FTD Instructor Operator Station (IOS) shall provide the instructor/operator with control over the functions of the Huey II FTD. The Huey II FTD IOS shall provide a Graphical User Interface (GUI) to control FTD training functionality. The Huey II FTD IOS shall provide the ability to access and control all FTD computers for maintenance, simulator startup, and shutdown procedures.


The Huey II FTD shall provide a Geo-Typical visual database (VDB) for training purposes with Training Areas. The VDB shall include terrain elevation, main rivers/lakes, roads and railroads, and other cultural features. The level of detail across the data base shall be balanced and optimized to match the image generator capabilities.


The Huey II FTD shall include an Uninterruptable Power Supplies (UPS) and power filters to ensure clean continuous power to the training system. The UPS shall provide up to 30 minutes of power for critical digital computational systems to allow for an orderly shutdown of the FTD in the event of a power loss.


Huey II FTD Spare Parts:The Huey II FTD shall include required spares, special tools, and test equipment. The spare parts package will support the operation of the training system for a period of two years after the system has been designated Ready for Training (RFT). The spare parts package will be replenished as spares are used and contain the original range and quantity at the conclusion of the CLS period at contractor expense. Shipping cost for equipment and material for spares used in maintenance of the training devices will be at contractor expense. The contractor is to provide a spare parts storage system will be provided with a system for easy and rapid identification and retrieval of individual spare parts, tools, and test equipment.


 


Pilot and Maintainer Simulator Training:The contractor shall provide for pilot and maintenance training at the OEM facility that would take place prior to delivery of simulator. Training would focus on 16 pilots, to train for unfamiliar environments, emergency scenarios, and new skills.


 


Huey II FTD Contractor Logistics Support (CLS):The contractor shall provide one (1) year CLS starting on Ready for Training (RFT) date with qualified Huey II Field Engineer (FE). The on-site CLS effort includes operation support, device maintenance, and material management. Operational Hours for the Huey II FTD are eight (8) hours per day, five (5) days per week, 52 weeks per year. The contractor will maintain a minimum (Threshold Requirement) 85% Operational Availability (Ao). Objective requirement is 100% Ao.


 


Non-Developmental Item. The Huey II FTDs should be a non- developmental item to the maximum extent possible. 


Qualification. The Huey II FTDs must be qualified and demonstrate compliance to the requirements listed above. This includes, but is not limited to compliance with the FAA standards. Proof of qualification should be addressed in the response.


Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.


SPECIAL REQUIREMENTS


Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.


ELIGIBILITY


The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1,000. The Product Service Code (PSC) is 6910.  The effort will utilize 10 U.S.C. Section 333 Funds that will expire 30 September 2018.


SUBMISSION DETAILS 


Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Karen Henderson,in either Microsoft Word or Portable Document Format (PDF), via email karen.d.henderson.civ@mail.mil no later than 12:00 p.m. Eastern Standard Time on 13 April 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.; 3) Organizations should address if they can meet the required delivery schedule as the delivery date of 12 months after contract award is firm; and 4) Organizations shall provide an itemized Rough Order of Magnitude (ROM) cost for the Training Device, Spares, Training, and CLS. 

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


KAREN D. HENDERSON, Contract Specialist, Phone 4072083084, Email karen.d.henderson.civ@mail.mil - Dana D. Graham, Contracting Officer, Phone 4072083429, Email dana.d.graham2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP