Maryland Bids > Bid Detail

Manned Flight Simulator (MFS) Consolidation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159927979983514
Posted Date: Oct 5, 2022
Due Date: Oct 19, 2022
Solicitation No: RFPREQ0001
Source: https://sam.gov/opp/15d1fe60fd...
Follow
Manned Flight Simulator (MFS) Consolidation
Active
Contract Opportunity
Notice ID
RFPREQ0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 05, 2022 04:39 pm EDT
  • Original Published Date: Sep 09, 2022 11:02 am EDT
  • Updated Response Date: Oct 19, 2022 02:00 pm EDT
  • Original Response Date: Oct 11, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC12 - National Defense R&D Services; Department of Defense - Military; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description View Changes

Sources Sought for Simulation Systems Support for Naval Air Warfare Center Aircraft Division (NAWCAD)



Integrated Battlespace Simulation and Test (IBST) Department



The Digital Analytics, Infrastructure and Technology Advancement (DAiTA) Group is the Naval Air Warfare Center- Aircraft Division (NAWC-AD) center of excellence and point–of–entry for Research, Development, Test and Evaluation (RDT&E) of the synthetic battlespace environment, modeling and simulation, aircraft prototyping, instrumentation and experimentation, electronic warfare and cyberwarfare and provides the associated laboratories, facilities and infrastructure to support research, development, testing, training, systems evaluation and experimentation. The Integrated Battlespace Simulation and Test (IBST) Department, under the DAiTA Group, is the Naval Air Systems Command’s (NAVAIR) center of excellence for modeling and simulation of the Battlespace environment. The Simulation Division (SD), legacy NAWCAD 5.4.3, is one of three divisions within IBST and is responsible for simulation expertise and products for naval aviation systems and the Battlespace environment within which they operate. This includes the design, development, fabrication, assembly, integration, test, installation, upgrades, and sustainment of both hardware and software simulation systems used for the RDT&E and Fleet training of manned and unmanned platforms / weapons systems.



Additionally, the Simulation Division provides modeling and simulation subject matter expertise to other elements of NAWCAD, the NAVAIR Program Offices, Foreign partners, and other Department of Defense (DoD) agencies to support all phases of acquisition programs, operational field demonstrations, prototyping, experiments, operational assessments, test and evaluation, extended user evaluations, fleet/force deployments, and sustainment.



The IBST has a requirement for Contractor Support Services (CSS) for engineering, technical, fabrication, and program management services and associated supplies to support the requirements and operations of the NAWCAD Simulation Division as defined in the attached DRAFT Statement of Work (SOW). This requirement is under consideration for consolidation of two existing contracts for Simulation Engineering Services and Simulation Systems Development. Additionally, the Government is also considering the additional consolidation of the Simulation Division RDT&E Lab and Business Operations Support Services into this requirement upon the conclusion of the current requirement.



PLACE OF PERFORMANCE



An estimated 45 percent of the work will be performed at the Government site inclusive of situational telework. The remaining estimated 55 percent of the work will be performed at Contractor site. Contractors performing on-site support will be provided equipment necessary to carry out assigned tasks (examples include but are not limited to: access to workspaces, telephones, printers, facsimile machines, copy machines, shredders, computers, and network access including web servers and applicable databases or other applications). The principal place of performance for Government site is Naval Air Station (NAS) Patuxent River, MD.



The Government site provides engineering space, integration laboratories, a small electro-mechanical manufacturing and assembly space, and an outdoor pad site for deployable training systems. These spaces are principally utilized for higher level classification work or for systems that will be permanently installed and maintained at the Government site.



Due to the requirement for continuous recurring Government participation during the software development, assembly, integration, and test phases of simulation systems development, the Contractor shall be able to provide a significant infrastructure capability within the daily commutable distance of NAS Patuxent River. Examples of these activities include but are not limited to: Military Test Pilots and Government subject matter experts evaluating simulation models, calibration of simulated aircraft systems like simulated flight controls and motion systems, supporting hands on test of various simulation systems, Government engineering quality oversight, engineering investigations for repair, modernization, and upgrades. These activities require almost daily Government (Government civilian, military, and other Government CSS) access to the Contractor assembly, integration, and test facilities. This is currently supported by over 150,000 square feet of indoor hybrid integration facilities, over 25,000 square feet of outdoor integration space for deployable (containerized) simulation systems, in addition to onsite manufacturing and engineering spaces located in Lexington Park, MD.



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.



CONTRACT INFORMATION




  1. Current Contractor and Contracts:



The J. F. Taylor, Inc.: N00421-19-D-0074, N00421-20-D-0008, and N00421-22-C-0003




  1. Anticipated Contract Type: Single Award Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery / Indefinite Quantity (ID/IQ) with 5 Year Ordering Period with performance not to exceed 364 days from the completion of the ordering period.

  2. Anticipated Level of Effort: 250-300 FTEs per year (consolidated total)

  3. Estimated Material / Other Direct Costs: $50M per year

  4. Estimated Travel: $600,000.00 per year

  5. Anticipated Period of Performance Start: 1st QTR FY24

  6. Security Classification: Facility Clearance: TOP SECRET//Sensitive Compartmented Information (SCI) / Safeguarding at the Contractor Facility: SECRET



REQUIRED CAPABILITIES




  1. See attached Draft Statement of Work (SOW).

  2. Hardware Engineering and Manufacturing Capabilities:

    1. Traditional sheet metal and machined metal manufacturing

    2. Aircraft electrical component and cable harness manufacturing to military standards

    3. Material finishing (chemical conversion, plating, painting, etc.)

    4. PTC CREO and Windchill engineering tools

    5. Autodesk AutoCAD engineering tools

    6. High speed / High bandwidth internet connection for data transfer between Government and Contractor site(s)



  3. Assembly and Integration Facilities

    1. Indoor assembly and integration space with high bay door access and overhead clearance for multiple concurrent simulation and training systems. This includes, but is not limited to, CH-53K operational trainers, Joint Simulation Environment units, Triton Maintenance (48’ fuselage) and Operational trainers, CH-47F Transportable Operational Flight Trainers

    2. Indoor or Outdoor deployable simulation system integration site

    3. Minimum of 800AMP 3 phase power for indoor and outdoor integration sites

    4. High speed / High bandwidth internet connection for data transfer between Government and Contractor site(s)



  4. Security:

    1. All contractor personnel shall have the ability to obtain a SECRET or TOP SECRET security clearance. Individual employees may be required to support Sensitive Compartmentalized Information (SCI) requirements at the Government site. Facility Clearance level of TOP SECRET.

    2. Secured Government Property storage and Government Property Management System



  5. NAWCAD anticipates conducting this acquisition using FAR Part 15 procedures under the Federal Acquisition Regulation (FAR).

  6. Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of a cost-type contract.



ELIGIBILITY



The anticipated NAICS code for this requirement is 541715 with a size standard of 1000 employees. The anticipated product service code (PSC) is AC12: National Defense R&D Services; Department of Defense – Military: Applied Research. Interested small businesses that are qualified as a small business concern under the NAICS 541715, within a size standard of 1000 employees, are encouraged to submit their capability packages and should identify their company’s small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code may submit a response to this notice. Small businesses must demonstrate the ability to perform at least 50% of the cost of contract performance as the prime contractor with similarly situated small business sub-contractors in accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation).



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (no more than 15 pages in length, single spaced, and 12-point font minimum) demonstrating the ability to perform the services identified in the attached Draft SOW. The package must address, at a minimum, the following:



1) Prior/current corporate experience performing efforts of similar size and scope within the last 5 years, including contract number, organization supported, indication of whether as a prime or a subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW;



2) Company profile to include number of employees, annual revenue history, office location, CAGE, Unique Entity Identification (UEI), and a statement regarding current size status;



3) The company’s ability to perform 50% of the work as the prime with similarly situated small businesses. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought in order to assist the Government’s capability determination;



4) Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include personnel qualifications, specific experience of such personnel and the ability to have personnel located at the performance sites specified;



5) The company’s proposed facilities approach and the ability to provide, at a minimum, an assembly and integration capability local (daily commutable distance) to the NAS Patuxent River region.



6) A statement regarding capability to provide the required security clearances and to maintain such required clearances.



7) A statement regarding contractor owned facilities capabilities to perform SECRET requirements. A statement regarding the ability to perform TOP SECRET / SCI requirements in Government accredited spaces.



8) A statement regarding the contractor’s ability to provide/obtain a DCMA approved Accounting System in accordance with DFARS clause 252.242-7006 and a DCMA approved purchasing system in accordance with DFARS 252.244-7001.



9) The company’s ability to begin performance upon the anticipated contract start date of 15 Nov 2023;



10) Any additional comments or feedback in regards to scope, statement of work, labor categories, potential consolidation approach, acquisition approach, and/or recommendations to improve our overall solicitation and resultant contract. The potential offeror response to this question will not impact the overall determination of capability to perform the requirement as currently defined.



*Added 10/05/22* 11) Please indicate your interest to attend IF the Government were to host an Open House event and a tour of the Government facilities at NAS Patuxent River relevant to this requirement. Please also provide the desired number of attendees and any specific requirement information, other than potential solicitation Section L & M information, desired to be presented that is not already provided in this sources sought or DRAFT SOW. Please note, this question is for informational purposes only for potential planning and does not bind the Government to conduct this or a similar event.



The capability statement package submissions must be received no later than 2:00 PM Eastern Time on 19 October 2022. No phone calls will be accepted.



*EDIT 10/05/22: Extension date was changed to 19 October 2022*



All responses must include the following information: Company name, Company address, Unique Entity Identifier (UEI), CAGE code, Company business size, point of contact name, phone number, fax number and email address.


Attachments/Links
Attachments
Document File Size Access Updated Date
SIM Systems SOW (DRAFT).pdf (opens in new window)
907 KB
Public
Sep 09, 2022
file uploads

Contact Information View Changes
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >