FY24 Aviation Electrician (AE) Training Systems
ID: N6134025R0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

TRAINING AIDS (6910)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for the design, fabrication, installation, and delivery of Aviation Electrician (AE) Training Systems. This procurement aims to acquire various aviation training devices, including trainers for flaps, landing gears, generators, and aircraft electronic systems, which are critical for enhancing the training capabilities of the U.S. Navy. Interested vendors must comply with the technical requirements outlined in the Request for Proposal (RFP) and related documentation, with a focus on quality, performance, and adherence to federal regulations. For further inquiries, potential offerors can contact Julide Alonso at julide.n.alonso.civ@us.navy.mil or Allison Laera at allison.laera@navy.mil, with proposals due by the specified deadlines.

    Files
    Title
    Posted
    The document pertains to a Past Performance Contract Summary, part of a federal RFP process. It outlines the submission requirements for potential prime contractors, joint venture team members, and subcontractors. Key components include the need for clear identification of the offeror's name, the entity performing the contract, unique contract reference numbers for past performance, corresponding contract numbers, types (like Firm-Fixed Price), and titles. The instructions emphasize the organized presentation of these details using specific labels (P1, T1, S1, etc.) depending on the entity’s role in the contract. The purpose of this document is to standardize the submission of past performance information, ensuring that the evaluation committee has the required data to assess the capabilities and reliability of contractors bidding for federal work. By adhering to the structured format, contractors can effectively showcase their experience, thus enhancing their chances for success in the RFP process. This systematic approach is vital for enabling fair competition and selection based on proven performance, ensuring that government contracts are awarded to qualified candidates.
    The document outlines the requirements for submitting past performance contract data as part of federal government proposals for RFPs and grants. It specifies that contractors must provide detailed information for each contract, captured in a structured MS Word table. Key elements include contractor details, contract specifics (title, number, type), procuring agency, description of work, acquisition phase, period of performance, and financial figures. It also addresses requirements related to CPARS (Contractor Performance Assessment Reporting System) details, including their existence and completion dates. Additionally, it seeks adherence to a five-year performance timeline and provides guidelines for submitting point of contact information for questionnaire distribution. This structured request emphasizes the government's focus on assessing contractor capabilities and past performance to ensure quality outcomes in their projects.
    The document outlines requirements for providing past performance information for federal contracts in response to a solicitation. It specifies that respondents must populate a table detailing the relevancy of their previous contracts by comparing various aspects, including contract types, total dollar amounts, and locations. Key comparisons include the dollar amount of work actually performed against proposed amounts, the periods of performance, and similarities in product or service scope, magnitude, and complexity between past and proposed contracts. This evaluation is essential for assessing the company’s capabilities and reliability in fulfilling the solicitation’s requirements, ultimately aiding decision-makers in the contract award process. The structured approach ensures that the agency can accurately measure past performance, facilitating informed choices in contract selection.
    The document outlines the federal government's procedures for issuing Requests for Proposals (RFPs) and grants at various levels, including federal, state, and local. It emphasizes the importance of transparency and competitiveness in the procurement process, ensuring that all potential vendors have equal opportunity to participate. Key topics include eligibility criteria, submission requirements, evaluation processes, and compliance with federal regulations. The document also details timelines for submissions and award notifications, as well as the expectation of accountability in the usage of funds awarded through these grants and contracts. Overall, it emphasizes the commitment of the government to not only facilitate the acquisition of services and products but also to uphold integrity and fairness in public spending and procurement practices. This guidance serves to inform stakeholders about their roles and responsibilities within the procurement framework, thereby promoting effective partnership between the government and its contractors.
    The document outlines the Government Furnished Information (GFI) request and Non-Disclosure Agreement (NDA) related to the Aviation Electrician A-School Training Devices solicitation by the Naval Air Warfare Center Training Systems Division (NAWCTSD). It specifies the GFI to be shared, including work statements and performance specifications for various training devices, and details the method of dissemination, primarily through secure digital and physical means. It also emphasizes the contractor's obligations to protect the GFI and comply with various regulations, such as ITAR and EAR. The contractor must designate an authorized individual to submit requests for GFI, and upon contract completion or other specified circumstances, all GFI must be returned, destroyed, or retained per agreement. Compliance with the NDA is mandatory for all personnel involved, including subcontractors. Requirements for request approval include the company's registration and absence from the Federal Debarment list. Overall, the document serves to safeguard sensitive government information while facilitating communication and compliance between contractors and government entities in the context of military training equipment development.
    The document provides a structured template for completing the Offeror Summary Table (OST-1) relevant to federal government RFPs. Key sections require the offeror to specify their role (Prime Contractor, Joint Venture, etc.), physical location, and CAGE Codes/UEI. Additionally, it outlines the necessity to detail the roles and responsibilities of each entity involved, alongside a brief description of work to be undertaken. Each entity's workshare percentage must total 100%, clearly illustrating the distribution of effort among all participants. This template serves as a crucial component for organizations to demonstrate compliance and cooperation in fulfilling governmental contract requirements, improving transparency in the bid process, and ensuring that all parties are accountable within the project's scope. The structured approach facilitates an organized understanding of all entities’ contributions and helps the government assess the ability and commitment of the offerors in executing the proposed contracts effectively.
    The document provides a Past Performance Questionnaire (PPQ) for contractors involved in a U.S. Navy procurement project for Aviation Electrician training devices at the Center for Naval Aviation Technical Training, Pensacola, FL. It outlines requirements for contractor and respondent identification, program characteristics, and performance evaluations across technical, schedule, cost, management, and small business utilization. The performance assessment grades range from Exceptional to Unsatisfactory, focusing on the contractor's strengths, weaknesses, corrective actions, and overall management effectiveness. Respondents are prompted to provide detailed evaluations regarding technical performance issues, schedule adherence, cost management, and subcontractor oversight, culminating in a final recommendation on whether to award the contractor future contracts based on their overall performance. This structured feedback mechanism is essential for ensuring high performance in government contracts and maintaining accountability and efficiency in federal procurement processes.
    The Naval Air Warfare Center Training Systems Division (NAWCTSD) issued a sources sought notice on 16 November 2023, seeking small business suppliers for four Aviation Electrician (AE) training systems needed by the Center for Naval Aviation Technical Training (CNATT). NAWCTSD plans to compete this requirement as a HUBZone set-aside firm-fixed price contract, with the award expected around April 2025. The AE training systems will consist of 12 student stations and one Instructor Operator Station (IOS), enabling hands-on training for Aviation Electrician's rating in line with Sailor 2025 training requirements. The project's NAICS code is 333310, covering machinery manufacturing, with a small business standard of 1,000 employees, and the Product Service Code is 6910 for training aids. This notice is informational, highlighting that a draft Request for Proposal (RFP) will follow. Interested parties can direct inquiries to specific NAWCTSD contacts.
    This document details a Request for Proposal (RFP) issued by the U.S. Navy for the design, fabrication, installation, and delivery of various aviation training devices, including trainers for flaps, landing gears, generators, and aircraft electronic systems, among others. The contractors must comply with specified technical documentation and requirements outlined in the Statement of Work (SOW) and related Contract Data Requirements Lists (CDRLs). The RFP identifies multiple contract line item numbers (CLINs) for each training device, specifies quantity and delivery timelines, and outlines conditions for inspection and acceptance by government authorities. Contractors are required to provide technical and logistical support, as well as cybersecurity training. The document emphasizes compliance with the Defense Federal Acquisition Regulation Supplement (DFARS) regarding identification and valuation of items. It establishes the contracting officer's authority, detailing communication lines and administrative processes essential for effectively managing the contract. The overall purpose is to solicit qualified vendors to fulfill the U.S. Navy's training device needs while adhering to stringent government standards for quality and performance.
    Lifecycle
    Similar Opportunities
    AGTS Depot Artisan Training and Technical Assist
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a firm fixed price modification to procure depot artisan training and technical assistance for the Aircraft Generator Test Stand (AGTS). This procurement will involve the Motor-Gearbox Assembly removal and replacement, with training and support provided exclusively by Testek LLC, the Original Equipment Manufacturer (OEM), due to their unique technical knowledge and proprietary data. The AGTS is critical for aircraft maintenance and repair, and the government has determined that no other manufacturer possesses the necessary expertise to fulfill this requirement. Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; for further inquiries, contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.
    16--ELECTRONIC CONT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of electronic components under solicitation N0038324RT504. The requirement involves the supply of miscellaneous aircraft accessories and components, with an increase in the quantity from three to four units as per the latest amendment. These components are critical for maintaining operational readiness and supporting various aircraft systems within the Navy. Interested vendors can reach out to Christina Foley at 215-697-0484 or via email at CHRISTINA.FOLEY1@NAVY.MIL for further details regarding the solicitation and submission process.
    Environmental Awareness Training System (EATS) Web-based Subscription Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Environmental Awareness Training System (EATS) Web-based Subscription Services. This procurement aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity contract to provide online training solutions for Navy personnel, contractors, and civilians, focusing on environmental compliance and awareness. The selected contractor will be responsible for developing and maintaining training content, ensuring system accessibility, and providing user support, with a strong emphasis on customization and adherence to federal regulations. Interested vendors, particularly those certified as Women-Owned Small Businesses, must submit their proposals by September 13, 2024, and can direct inquiries to Shamekia Pierre at shamekia.m.pierre.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    58--FLIGHT DECK MISSION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of spare parts under the title "58--FLIGHT DECK MISSION." This procurement focuses on audio and video equipment manufacturing, particularly intercommunication and public address systems for airborne applications. The goods are critical for maintaining operational readiness and ensuring effective communication on flight decks. Interested vendors can reach out to Dylan E. Payne at 215-697-2579 or via email at dylan.e.payne.civ@us.navy.mil for further details, as the procurement process is ongoing with no specific funding amount or deadline mentioned in the overview.
    ECU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of aircraft engine accessories. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These repairs are vital for maintaining the operational readiness of military aircraft, thereby supporting national defense objectives. Interested contractors should direct inquiries to Devon M. McNamee at 215-697-2782 or via email at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL, with proposals expected to comply with the specified requirements and timelines.
    AC PDA,AC POWER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and testing of AC PDA and AC Power components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are overhauled, upgraded, and returned to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness in military aircraft, emphasizing the importance of reliable and efficient repair services. Interested contractors should contact Alainna Pettit at 215-697-2606 or via email at alainna.p.pettit.civ@us.navy.mil for further details, with a monetary limitation set at $54,893.60 for this contract opportunity.
    69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
    Naval Power & Energy Systems Technology Development Roadmap (NPES TDR) Update
    Active
    Dept Of Defense
    The U.S. Navy, through the Naval Sea Systems Command (NAVSEA), seeks industry insights to update its Naval Power and Energy Systems Technology Development Roadmap (NPES TDR). The goal is to align naval power systems with evolving technologies, ensuring the fleet's combat readiness. This Request for Information (RFI) is a strategic move to gather intelligence on current and emerging trends in the industry, especially those that can enhance the Navy's power and energy systems. The update aims to future-proof naval operations by fostering innovation that meets the demands of emerging loads. The Navy wants to improve the agility, efficiency, and support mechanisms of its power and energy systems, primarily through advancements in prime movers, generation, propulsion motors, distribution, conversion, controls, and thermal management. Additionally, the Sea Systems Command wants to understand industry capabilities in integration, systems engineering, modeling, simulation, and digital twins to enhance the Navy's strategic advantages. This RFI is crucial for the Navy to benchmark industry advancements, enabling them to shape their technology development and investment strategies. The information gathered will significantly influence the NPES TDR update, guiding future procurement decisions and ensuring the fleet's technological edge. Respondents are encouraged to share their insights, especially on enhancing system performance, reducing costs, and improving survivability. The RFI document is divided into three sections: General Information: Focuses on the state-of-the-art technology, industry trends, and commercial product advancements. Technology Trends: Explores advancements in functionality, power density, reliability, and scientific innovations. Product-Specific: Directed towards prime movers, propulsion motors, power generation, distribution, and more, with an emphasis on specific improvements. Industry participants are vital to this process and can shape the Navy's technological trajectory by responding to the RFI. The deadline for submissions is extended to September 19, 2024, and the Navy encourages respondents to share their expertise and insights freely. For clarification or further information, interested parties can contact Sakeena Siddiqi at sakeena.siddiqi@navy.mil or Tyler Pacak at tyler.pacak@navy.mil.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    U.S. Naval Test Pilot School Variability Stability System (VSS) Flight Demonstration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking small businesses capable of providing flight demonstration services for the U.S. Naval Test Pilot School's Variability Stability System (VSS). The procurement aims to support classroom instruction and practical flight demonstrations using a contractor-owned VSS aircraft for students at the Naval Test Pilot School located at Naval Air Station Patuxent River, MD. This initiative is crucial for enhancing the training capabilities of future test pilots, ensuring they receive comprehensive instruction in variable stability systems. Interested parties must submit a capabilities statement by email to the primary contact, Matthew Hudson, at matthew.d.hudson8.civ@us.navy.mil, within 15 calendar days of the notice publication, adhering to specified formatting guidelines. This opportunity does not constitute a solicitation for proposals, and no funds are available for response preparation.