The RFP Database
New business relationships start here

UH-60L to UH-60M OFT Conversion


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 is issuing this Sources Sought Notice to identify potential sources having an interest and industry technologies available to undertake the conversion of one Royal Saudi Land Forces Aviation Command (RSLFAC) UH-60L Operational Flight Trainer (OFT) to a RSLFAC UH-60M OFT.

The result of this market research will contribute to determining the method of procurement for one (1) UH-60M OFT conversion. 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. 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.


PROGRAM BACKGROUND:
The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) has a Foreign Military Sales (FMS) requirement for conversion of a UH-60L OFT to a UH-60M OFT in support of the RSLFAC. In an effort to reduce the cost, the Government envisions a solution in which the existing UH-60L cockpit is replaced with a new UH-60M cockpit, retaining the UH-60L L3 proprietary motion base. The UH-60L OFT to be converted is currently in production and expected to be ready-for-training (RFT) by the end of December 2019. Upon successful completion of RFT, a 24 month Contractor Logistics Support (CLS) period will be executed under the existing contracted effort with L3 Link Communications, ending in December 2022. It is anticipated the conversion will be during the CLS period of performance. 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. A re-purposing of the existing OFT UH-60L cockpit will be required, to be used as a non-motion Flight Training Device (FTD) at Riyadh.


REQUIRED CAPABILITIES:
The contractor shall develop, produce, install, and sustain the UH-60M OFT in Riyadh Saudi Arabia. The contractor shall deliver all UH-60M OFT software, spares, and associated technical data at RFT. The contractor shall deliver the UH-60M OFT within a 24 month Period of Performance after contract award.
The RSLFAC UH-60M OFT shall provide the highest level of functionality and fidelity possible in a flight simulator and interoperate with the existing OFT located at the facility in Riyadh. The OFT shall utilize the UH-60L six Degree of Freedom (6 DOF) motion platform. A high resolution Image Generator (IG) coupled to a wide Field of View (FOV) display system and shall be provided and operate with the 6-DOF motion platform. Fully stimulated and simulated instrumentation, control, and display devices replicate the actual equipment located within the cockpit. The Contractor shall re-purpose the OFT #3 UH-60L cockpit to be used as a non-motion FTD at Riyadh.


High fidelity software modeling is used to simulate the functionality of the aircraft's onboard equipment and aircraft handling capabilities. Accurate simulation of the navigation, communication, aural cueing, motion cueing, and visual system provides an environment that allows the students to become totally immersed into the training tasks.


UH-60M Technical Requirements: The RSLFAC UH 60M OFT shall have the RSLFAC aircraft configuration for pilot and copilot training. The UH-60M OFT shall include pilot and co-pilot seats that are capable of vibration. The UH-60M OFT seats shall vibrate base on rotor vibration, changes in "Rotation Per Minute", or collective input. The Flight Simulator shall be able to render an "Out the Window" visual scene with a continuous visual field-of-view of at least 200° degrees horizontally and 45° degrees vertically for both pilot and copilot seats, simultaneously.


Instructor Operator Station (IOS) shall provide the instructor/operator with control over the functions of the UH-60M OFT. The UH-60M OFT IOS shall provide a Graphical User Interface to control OFT training functionality. The UH-60M OFT IOS shall provide the ability to access and control all OFT computers for maintenance, simulator startup, and shutdown procedures. The UH-60M OFT 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 UH-60M OFT shall include an Uninterruptable Power Supply (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.


UH-60M OFT Spare Parts: The UH-60M OFT 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 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 for easy and rapid identification and retrieval of individual spare parts, tools, and test equipment.


The contractor shall provide one (1) year CLS starting on RFT date with qualified UH-60M Field Engineer. The on-site CLS effort includes operation support, device maintenance, and material management. Operational Hours for the UH-60M OFT 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.


Maintenance, Inspection and Repair: The Government desires a system with minimal maintenance and inspection requirements at the organizational level.

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.


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 any future RFP will be accepted prior to its release. Responses must identify any Government Furnished Property required. The response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to Mr. Jan A. Forman, Contract Specialist, jan.a.forman.civ@mail.mil with a Cc: to Mr. Rick Denny, TPOC, ricky.l.denny.civ@mail.mil, in either Microsoft Word or Portable Document Format (PDF), via email no later than 1200 EDT Wednesday, July 24, 2019. Reference this synopsis number in subject line of email 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; and 3) Organizations should address if they can meet the required delivery schedule as the delivery date of 24 months after contract award is firm. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


DISCLAIMER:
This request is for informational purposes only and is not a Request for Proposal (RFP). 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 notice. No funds are available to pay for preparation of responses to this notice. Any information submitted by respondents to this technical description is strictly voluntary.


 


Contracting Office Address:
12211 Science Drive
Orlando, Florida 32826-3224
United States


Primary Point of Contact:
JAN A. FORMAN
Contract Specialist
Email: jan.a.forman.civ@mail.mil
Phone: 407-384-3963


Secondary Point of Contact:
RICK DENNY
Technical POC
Email: ricky.l.denny.civ@mail.mil
Phone: 407-384-5443


 


Mr. Jan A. Forman, Contract Specialist, Phone (407) 384-3963, Email jan.a.forman.civ@mail.mil - Rick Denny, Technical POC, Phone (407) 384-5443, Email ricky.l.denny.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP