The RFP Database
New business relationships start here

Sources Sought Notice P-8A Advanced Airborne Sensor (AAS) Special Mission Pod Deployment Mechanism (SMPDM) Forward Deployment Mechanism (FDM) Part Task Trainer


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

Sources Sought Notice
P-8A Advanced Airborne Sensor (AAS) Special Mission Pod Deployment Mechanism (SMPDM) Forward Deployment Mechanism (FDM) Part Task Trainer

The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to utilize a full and open competitive award process under the Training Systems Contract (TSC) IV Multiple Award Contract (MAC) to award a Firm Fixed Price delivery order for this effort.

INTRODUCTION

The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL announces its intention to design, develop, integrate and procure technical trainers for Squadron Advanced Airborne Sensor (AAS) maintenance training for the P-8A Poseidon aircraft.
The United States Navy is in the process of replacing the Maritime and Reconnaissance P-3C bOrionb aircraft with the Multi-mission Maritime Aircraft P-8A bPoseidonb. As a result, there is a need to train aircraft maintainers in the skills necessary to support the new sensor on the aircraft as they are fielded to the fleet. The results of this Sources Sought will be utilized to determine if the required product exists in the marketplace and if any Small Business Set-Aside opportunities exist. To date, squadron interim transition maintenance training has been conducted for the receiving units at Naval Air Station (NAS) Jacksonville and NAS Whidbey Island as well as sustainment training being provided by Center for Naval Aviation Technical Training Unit (CNATTU) Jacksonville.
AAS Maintenance training will be conducted on training devices at NAS Jacksonville and NAS Whidbey Island.

It is anticipated any contract action resulting from this sources sought notice will be issued pursuant to the procedures at FAR Subpart 16.505 under the auspices of Training Systems Contract IV (TSC IV), a NAWCTSD Multiple Award Contract (MAC). However, to increase transparency of NAWCTSD requirements and increase opportunities for subcontracting, notice of this sources sought is being provided. Only TSC IV Prime Contractors (contractors previously awarded a contract within this vehicle) are considered an interested party in this sources sought notice, and responses from non TSC IV MAC contract holders will not be considered.
All inquiries regarding participation as a subcontractor should be submitted to a Prime Contractor for consideration. Any documents available for this notice not otherwise attached hereto, including but not limited to Solicitations, Statements of Work (SOW), and Specifications will be made available only to qualifying Prime Contractors. Interested subcontractors may contact Prime Contractors for access to these documents. A list of NAWCTSD MAC Prime Contractors and their Points of Contact (POCs) may be obtained via the following link:
http://www.navair.navy.mil/nawctsd/node/196

DISCLAIMER
THIS SOURCES 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.
ATTACHMENTS

Attachment 1 b PowerPoint Presentation Unit 1 Orientation and Assembly Drawings (Sent via AMRDEC once requested)
Attachment 2 b Non-Disclosure for Use of Government Furnished Information

PLACE OF PERFORMANCE

Training devices will be assembled and tested both in plant and at final delivery locations, see paragraph above for training locations.

PROGRAM BACKGROUND

The SMPDM is a hydraulically activated mechanism that provides the mission capability to extend and retract the P-8 AAS Special Mission Pod in order to obtain a Field of View (FOV) unobstructed by aircraft engines.
The SMPDM lowers the Pod in flight to obtain an expanded FOV necessary for radar operational capability. At the completion of the mission, the SMPDM retracts the Pod to its stowed position of up and locked.

The FDM is a linkage type system comprised of springs, hydraulic actuator. It is installed within the P-8 EO/IR FWD Pressure Box on the underside of the fuselage using fittings permanently mounted to the aircraft. The FDM supports the forward section of the Pod during flight and while on the ground. It also provides motion control and stability during Pod translation. When the Pod is in the stowed or deployed position, the FDM furnishes primary locking for the forward section of the Pod utilizing a jury strut and spring configuration.


REQUIRED CAPABILITIES

The instructional hardware will consist of two (2) functional hardware trainers, one at each site, that support the removal and installation of the SMPDM FDM using procedures outlined in the Aircraft Maintenance Manual (AMM).
High fidelity hardware that requires psycho-motor engagement is required to meet the SMPDM training requirement. The ability for multiple (up to 7) students at a time to interact with physical hardware trainer is required in some of the training situations. The contractor shall be responsible for providing all personnel and equipment necessary to develop, produce, install, and test the P-8A AAS maintenance training devices.

All critical components of the SMPDM FDM shall utilize authentic aircraft components to the greatest extent possible to maximize fidelity and minimize risk and re-engineering cost. Aircraft fuselage can be of low fidelity as it is not critical to the training task. GFE material that requires refurbishment may be available; however, the contractor should be prepared and able to acquire OEM parts to complete the training device.
The trainer must be able to replicate the task of FDM assembly and disassembly, and organizational level maintenance. Documentation of the training device configuration suitable for reliable performance, life cycle sustainment, and daily operations is required.

GROUND RULES AND ASSUMPTIONS
Contract Assumptions

The following are ground rules relative to this acquisition estimate.

Contract Award b Oct FY21
Contract type b Firm Fixed Price (FFP)
Funding type b APN-1
Delivery Date b 30 Months
Security Classification Level b Unclassified

ELIGIBILITY
The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code is 6910 (Training Aids).
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
This sources sought notice is not a request for competitive proposals.
It is a notice for market research to determine if a source exists. Interested sources shall submit their written technical capabilities to provide the supplies described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2007. Please contact the POC listed in this posting to obtain the PPT presentation bunit 1 orientationb which have information necessary for offerors to review in order to provide the capabilities statement.
This information will be provided through AMRDEC SAFE to respondents and verification that the point of contact is registered in the Joint Certification Program (JCP) and eligible to receive this additional government furnished information.

This documentation must address at a minimum the following items:
1.) Specifically describe how your company will meet the requirements, which may include access to OEM parts. Describe engineering and manufacturing capability to design and deliver a functional part task trainer that utilizes a mix of aircraft parts and trainer peculiar equipment in the required capabilities section of this posting.
2.) Can or has your company managed a team of subcontractors before? If so, provide details.
3.) What specific technical skills does your company possess that will ensure successful performance of the requirements?
4.) Please provide a Rough Order of Magnitude (ROM) with assumptions (your response will not be considered incomplete if a ROM is not provided).

5.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number.
6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the NAICS for this effort.
7.) Provide TSC IV Contractor Name, Contract Number, Contractor POC (Name, Phone, and Email).

Detailed written capabilities shall be electronically submitted to the Contract Specialist, Latoya Michel, at latoya.michel@navy.mil, no later than 4 pm, Eastern Daylight Time (EDT), on 02 August 2019. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
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. 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.

Latoya Michel
407-380-8580
latoya.michel@navy.mil

latoya.michel@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP