SOLICITATION NOTICE
69 -- P4RC+ (P4 Replacement Contract Plus)
- Notice Date
- 3/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F08635-03-R-0001
- Response Due
- 4/8/2002
- Point of Contact
- Jennifer Farmer, Contract Specialist, Phone (850)882-9391 ext 5045, Fax (850)882-3130, - Dana Sillars, Contract Specialist, Phone (850)882-9391 ext 5048, Fax (850)882-3130,
- E-Mail Address
-
jennifer.farmer@eglin.af.mil, dana.sillars@eglin.af.mil
- Description
- The Range Instrumentation System Program Office (RISPO), AAC/WMRR, Eglin AFB, FL is contemplating a single award of a predominately Firm Fixed Price 5 to 7 year contract for the Air Force P4 Replacement Contract Plus (P4RC+). The Air Force P4RC+ program is a cooperative effort with the Navy that includes Navy requirements and increases the air combat training capability of both services. Award of any resulting contract is anticipated by 1st quarter of FY03. The RISPO will conduct a briefing for Industry at the Focus Center (formerly known as the Quality Center) in Niceville FL (turn in to Jackson Guard from Highway 85 just north of the Comfort Inn) on 15 April 2002 at 0900 in building 1532 (phone 850-882-6222). Additional information regarding Industry Day is provided below within this announcement. The P4RC+ program is for the initial acquisition of a rangeless non-developmental item (NDI) system with provisions for spiral growth and improvement in subsequent years. The initial delivery of this acquisition will provide rangeless Air Combat Training System (ACTS)/Air Combat Maneuvering Instrumentation (ACMI) pods that have all the capability of pods being acquired under the P4RC contract (F08635-01-D-0056), a secure pod-to-pod data link, real time kill notification (RTKN), and live monitor downlink capability. The current P4RC pods use a P/Y Code Global Positioning Satellite (GPS) receiver for on-board data recording of time space position information (TSPI) for post mission playback and ground debriefing. The P4RC+ pods will require Wide Area GPS Enhancement (WAGE) and Selective Availability/Anti-Spoofing Module (SAASM) as well. The P4RC+ pod-to-pod line of sight range requirement is 80 nautical miles (nmi) with a 90% error free receipt of messages at that range. Data link frequency authorization has been requested for the following frequency bands: 1350-1530 MHz, 1750-1850 MHz and 2200-2500 MHz, with the 1750?1850 MHz as the primary request, but it is not yet known which frequency bands, nor which parts of these bands will be approved. Until approved encryption instrumentation is available, P4RC+ pods will record all data needed for post mission debriefing and use a secure data filter and verification to prevent transmission of sensitive information. The P4RC+ system must be interoperable with the Nellis Air Combat Training System (NACTS) Range Security Initiative (RSI) ground debriefing system. The P4RC+ pods shall be capable of supporting missions with a minimum of 72 high activity aircraft (HAA). The P4RC+ pods will require standardized WMSP 98-01, IEEE 1394, and RS-422 interface capability and be compatible with the P4RC debriefing system. A standardized (non-proprietary) datalink format and Data Recording Device (DRD) recording format will be used for current and future growth capability to include encryption and an advanced data link. Initially, ground-debriefing subsystems will be provided as GFP from the existing P4RC contract. These subsystems include the PC-based Squadron Deployable Ground System (SDGS) and the laptop-based Flight Deployable Ground System (FDGS). Integration of the airborne and GFP-provided ground debriefing subsystems of the P4RC+ system will be the responsibility of the P4RC+ contractor. Navy airborne instrumentation subsystems (AIS) must be carrier qualified and capable of withstanding the severe carrier electromagnetic environment. P4RC+ growth provisions: (1) The contractor will be required to supply a ground system with live monitor and data uplink control capability. Air-to-ground and ground-to-air datalink of 125 nmi is required. Two-way UHF voice communications interface is required. Fixed range capabilities (primary Navy requirement) include interface with other external systems providing display of up to 100 low activity aircraft (LAA). The Navy also envisions a growth provision for the live monitor station to exchange track data with the Tactical Air Combat Training System (TACTS) central computer subsystem (CCS). (2) Future requirements may require the contractor to modify and integrate government-furnished software to satisfy ground debriefing requirements. (3) A primary Navy requirement is to rehost the NDI system as an airborne instrumentation subsystem internal (AISI) on the F/A-18C/D and AV-8B. An additional growth configuration will be a rack mounted AIS for installation in rotary wing and transport aircraft. Logistics: Provisions for training of the existing O&M contractor at the deployment locations for Air Force systems will be part of this solicitation. Interim contractor support (ICS) will be provided for all operations and maintenance support for the Navy as well as depot support for both the Air Force and Navy for a period not to exceed 2-3 years. A determination will be made at the end of the ICS period to continue contractor support or to provide organic support. Delivery: Delivery of pods to the first location is anticipated within 12 months after receipt of order. USAF deployment locations are anticipated to follow a similar order and quantities as for the current P4RC program. The current P4RC contract provides for an estimated 257 pods for nine different locations (Eglin AFB FL, Langley AFB VA, Seymour Johnson AFB SC, Mt Home AFB ID, Homestead ARB FL, Gulfport ANG CRTC MS, Cannon AFB NM, Shaw AFB SC, and Hill AFB UT). If available funding allows for additional pods, these pods would be delivered to as yet TBD locations. US Navy quantities are contingent on future funding. A U.S. SECRET facility clearance will be required prior to award of any resulting contract. The system must have the capability to display and process up to and including TOP SECRET level. Potential offerors are required to provide, no later than 08 April 2002, a written statement of capabilities (SOC) package to the RISPO. The SOC shall include, but not be limited to, successful experience or capability as a prime contractor in: (1) production or major modification of an existing NDI Air Combat Training System (ACTS) to include AIS or AISI, ground debriefing subsystems, including fixed range capability, and support equipment (hardware and software) that meets the performance requirements specified above to include but not limited to systems with P/Y code GPS receiver, WAGE, SAASM, pod to pod, air-to ground, and ground-to-air data link range, frequency, and connectivity, and HAA and LAA. Address which system(s) or parts of systems meet these requirements and where these systems are currently being used. Identify any requirements that cannot be met with your existing NDI system; (2) O&M and depot level maintenance and logistics experience on a complete ACTS or similar type of system; and (3) facilities and personnel to handle and store classified information at the SECRET/NOFORN level. All replies to this synopsis must reference RFP Number F08635-03-R-0001. Submit only unclassified information. In addition to the requested information, all responses to this synopsis shall include company size status under the North American Industry Classification System (NAICS). For this proposed acquisition, NAICS 334511, size standard (750 employees) applies. Responses to this synopsis shall be submitted to: Ms. Jennifer Farmer (AAC/WMRRK), Contract Specialist, 102 West D Avenue Suite 300, Eglin AFB, FL 32542-6808. An Air Combat Training System (ACTS) technical library and other relevant technical information are available at TITAN System Corporation, 368 Adams Avenue, Valparaiso, FL 32580. Data which may be available for review or which may be produced under a resulting contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control laws and regulations. Only those firms who are on the Certified Contractor Access List may receive such information. Request certification and registration be obtained from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 (telephone number is 1-800-352-3572). Certification is accomplished using DD Form 2345, Military Critical Technical Data Agreement. A Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages is available at the ACTS technical library and must be completed by each offeror prior to removing data from the library. A 24-hour limitation for loan of any software or documentation for potential use in preparing for this acquisition has been established. You may contact Gary Hannah, TITAN Systems Corporation, 368 Adams Avenue, Valparaiso, FL 32580, for information concerning the technical library, software release, and STINFO certification (850) 678-7887. The briefing for Industry being held on 15 April 2002 will begin with a RISPO briefing providing greater detail of program requirements followed by a discussion period and an opportunity for one-on-one meetings with potential offerors. The one-on-one meetings will be no more than 2 hours in length and may be scheduled for either 15 April or 16 April 2002. Potential offerors shall contact Ms. Jennifer Farmer at (850) 882-9391 extension 5045 to schedule the one-on-one meetings. Information pertaining to the P4RC+ acquisition, including preparation for Industry Day, will be posted on www.eps.gov (refer to RFP Number F08635-03-R-0001). Foreign firms are advised they will not be allowed to participate in this acquisition at the prime contractor level. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear concerns from potential offerors and offerors throughout this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors and offerors when an offeror prefers not to use established channels. Potential offerors and offerors should communicate first with the Procuring Contracting Officer (PCO), Ms. Dana Sillars, AAC/WMRRK, at (850) 882-9391, extension 5048, to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where potential offerors and offerors cannot obtain resolution from the PCO, they are invited to contact the Air Armament Center Ombudsman, Dr. Mario J. Caluda (AAC/CD) at 101 West D Avenue, Suite 123, Eglin AFB, FL 32425-5495 or at (850) 882-5558 (email: caluda@eglin.af.mil).
- Place of Performance
- Address: N/A
- Record
- SN00046431-W 20020323/020321213211 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |