Florida Bids > Bid Detail

AVIATION TRAINING ANALYSIS AND EVALUATION PRODUCTS (ATAEP)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159738224561912
Posted Date: Mar 3, 2023
Due Date: Mar 19, 2023
Solicitation No: ATAEP-0001
Source: https://sam.gov/opp/e4edd70999...
Follow
AVIATION TRAINING ANALYSIS AND EVALUATION PRODUCTS (ATAEP)
Active
Contract Opportunity
Notice ID
ATAEP-0001
Related Notice
ATAEP-0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC TSD
Office
NAWC TRAINING SYSTEMS DIV
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 03, 2023 02:12 pm EST
  • Original Response Date: Mar 19, 2023 09:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Orlando , FL 32826
    USA
Description

Aviation Training Analysis and Evaluation Products (ATEAP)



Pre-Solicitation Notice Rev 1



This PRE-SOLICITATION NOTICE is for informational purposes only and does not constitute a Request for Proposal (RFP). Responses in any form are not offers and the Government is under no obligation to respond or award a contract as a result of this pre-solicitation notice.





Naval Air Warfare Center Training System Division (NAWCTSD) Orlando, Florida has an anticipated requirement for (1) training analysis products and (2) training system evaluation products. This applies to all Aviation systems within NAWCTSD’s portfolio, through all phases of the lifecycle, and is not intended for Surface/Undersea/Cross Warfare programs. Analysis and Evaluation efforts under this Aviation IDIQ shall include, but not be limited to, the following:






  • Job Duty Task Analysis

  • Cognitive Analysis

  • Root Cause Analysis

  • Needs Analysis

  • Gap Analysis

  • Analysis of Alternatives

  • Training Situation Analysis

  • Learning Analysis

  • Media Analysis

  • Training System Functional Analysis

  • Training System Requirements Analysis

  • Training Situation Document

  • Instructional Performance Requirements Document

  • Instructional Media Requirements Document

  • Military Characteristics Document

  • Training Device Fidelity Reports

  • Cost Benefit Reports

  • Training Effectiveness Evaluation Reports







NAWCTSD intends to compete and award a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The award will contain provisions for issuance of Firm Fixed Price (FFP) Delivery Orders. The anticipated requirement is a follow-on effort to a Blanket Purchase Agreement (BPA) through the General Services Administration (GSA), 47QFSA21A0001, which was competitively awarded as a Service Disabled Veteran Owned Small Business (SDVOSB) to Technical Systems Integration, Inc. The resulting IDIQ contract is expected to include a five (5) year ordering period estimated to begin in FY24 and will be 100% set aside for SDVOSB. The applicable North American Industry Classification System (NAICS) Code is 541330; which carries a $47M small business size standard and the applicable PSC code is 6910. The estimated ceiling value of the IDIQ contract is $15,000,000.



Additionally, the Government recently received a question from an industry partner. The Government will provide the question and Government response below:





Q1: I wanted to follow-up/get an update on this opportunity. Would you be able to tell me if it has been released, still in the draft stages, etc. If in the case it hasn't been released yet, when does the Navy anticipate putting out the RFP? Thanks for any information you're able to provide.





A1: A draft Statement of Work (SOW) and draft Contract Data Requirements Lists (CDRLs) for the forthcoming effort has been attached to this pre-solicitation notice. The Government intends to release a draft solicitation in early April 2023, with the final solicitation estimated to be issued within the 3rd quarter of FY23. Additionally, the Government also intends on conducting a virtual pre-solicitation conference prior to the issuance of the final solicitation. The notification for the pre-solicitation conference will be released as a Special Notice on Sam.gov soon, with the pre-solicitation conference tentatively scheduled for mid-April 2023. Please be advised that periodic access of this web site is essential for obtaining updated documentation and the latest information regarding this procurement.



Questions/comments on any of the draft documents posted shall be submitted in writing via email to Evan Denove, Sr. Contract Specialist, at evan.t.denove.civ@us.navy.mil; as well as Marcus Ravaglia, Contract Specialist, at marcus.j.ravaglia.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • 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 >