Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOURCES SOUGHT

D -- Airborne Warning and Control system (AWACS) Training System

Notice Date
7/29/2005
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-FA4819-AWAICS
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Description
1. Introduction: As part of market research, this Request for Information (RFI) will be used to determine if there are sources capable of providing Air Education & Training Command (AETC) with Contract Logistical Support for the Airborne Warning and Control System (AWACS) Modeling and Simulation (AMS) Training System. A cost plus fixed fee contract is contemplated for the continued support of the system. If adequate interest is received through market research, the Request for Proposal (RFP) will be placed on the Federal Business Opportunities website http://www.eps.gov. It will be the responsibility of prospective offerors to check this site regularly for any postings or changes. Prospective offerors must be registered in the DoD Central Contractor Registration (CCR) through http://www.ccr.gov. Provide your company?s experience with AWACS training systems, training simulator development and sustainment and any information you deem relevant in two pages or less through e-mail to the individuals listed below as the contract specialist and contracting officer. Also provide your size standard (small, large business, non-profit, 8(a), etc), a point-of-contact to include a phone number, an e-mail address, your Federal Cage Code and Data Universal Numbering System (DUNS) as an attachment to the two pages. Only electronic responses (e-mail) will be accepted and are due NLT COB 3:00 CST by 15 Aug 05. NOTE: This information is for market research only. This is not a RFP or an indication that the government will contract for this requirement. The government will not pay for information received in response to this RFI and is in no way obligated by the information received. 2. Summary: HQ AETC Training Technology Division is considering purchasing a follow-on contract logistic support contract to maintain the Air Battle Manager training system located at the 325 ACS at Tyndall AFB FL. The mission of the 325 ACS is to conduct initial skills training of United States Air Force Air Battle Managers utilizing a simulator that emulates the USAF E-3 AWACS aircraft weapons operator position and international student weapons director training on a Tactical Display Framework (TDF) training system. The contractor will be responsible for day-to-day maintenance/support, sustainment engineering, concurrency upgrades, perform system modifications due to minor system deficiencies or changes in training requirements, perform major modifications driven by either life cycle sustainment issues (technology refresh), Major Weapons System modifications, or major training requirements changes, and maintain system configuration and engineering documentation. The current system is government furnished equipment (GFE) and all supporting documentation is available. The government owns all data and intellectual property. A transition from the current contract to a new contract must be as transparent as possible to the user and result in no loss in training capabilities. 3. Specific Mandatory Specifications/Requirements/Capabilities: The training system located at the 325 ACS at Tyndall AFB Florida is the primary trainer for USAF Air Battle Managers and International Weapon Directors. The program is managed by HQ AETC/DOZG. The training system consists of three separate trainers located in multiple operations labs in two buildings within the 325 ACS training complex. The system simulates a MIL STD 1553 bus using Ethernet technology. No data processing takes place on the system. The contractor shall maintain the system and all other equipment for the systems located in buildings 1270 and 1282 in full mission capable condition. The contractor shall maintain support of the system to include lifecycle support, provide weapons system concurrency as determined by the government, provide recommendations for technology integration to ensure mission success and maintain a monthly 98% mission reliability rate. The contractor shall maintain a mean time to repair (MTTR) of <= 15 minutes and ensure the system can meet a 98% availability rate. The contractor shall perform preventive maintenance in accordance with the technical documentation and perform system and equipment corrective maintenance as required. The contractor shall monitor on-site spares and usage to ensure adequate levels are maintained to support training. The contractor shall maintain all spares in fully operational condition and maintain all system documentation. The contractor shall monitor and maintain local area networks used in the system to include interfaces to the UHF radios, Air Route Surveillance Radar (ARSR4) radars, Air Combat Maneuvering Instrumentation (ACMI) system, F-15 Full Mission Trainers (FMT), Southeast Air Defense Sector (SEADS) and other communication interfaces. The contractor shall perform daily readiness checks to ensure that the equipment can support scheduled training. The contractor shall provide training for government (and government contractors) users, maintainers, and operators on as-needed basis and assist instructors with scenario generation. The contractor shall provide performance metrics for availability, maintainability, and reliability determinations and implement and adhere to a Logistic Support Plan, Quality Assurance Plan and maintain all government furnished property (GFP) IAW FAR 52.245-5. a. System Description: 1.) AMS II Located in four operations rooms and one sim driver room in bldg 1282, consists of 48 student consoles providing simulation of USAF E-3 aircraft weapons position operator consoles capable of stand-alone via voice recognition software, simulated integrated, combined, multi-combined (simulating multiple E-3 aircraft), Distributed Interactive Simulation (DIS) network (with up to four F-15 FMTs at Tyndall AFB), and multiple simultaneous live modes of operation. AMS has Link-16 datalink capability and interfaces with the Gulf Common Network. AMS II incorporates multiple live FAA RADAR feeds from the SEADS, as well as access to all existing SEADS live radio and phone lines from FAA RADAR sites into the AMS system. AMS II also allows real time viewing of the exercise in progress at any of the student consoles as well as at a mass Display and Debriefing System (DDS) that provides both a 2 dimensional and 3 dimensional view of the exercise. Additionally five remote DDSs allow the playback of a student's recorded performance after the exercise via a portable media Jazz disk. The system interfaces with the local ACMI for recording of aircraft telemetry for use in the 3 dimensional replays. AMS II contains sim driver stations, which allow an operator to actively participate in the simulated environment as a "pseudo pilot" by creating and controlling hundreds of simulated entities including aircraft and combat entities viewable on the student consoles. AMS II is a classified secret training system. 2.) AMS TAC Located in bldg 1270, consists of 14 operator consoles providing simulation of USAF E-3 aircraft weapons position operator consoles capable of stand-alone, simulated integrated, combined, multi-combined (simulating multiple E-3 aircraft), and seven sim driver stations. AMS TAC is a classified secret stand alone system with no external connections. Allows real time viewing of the exercise in progress at any of the student consoles as well as at a Display and Debriefing System (DDS) that provides both a 2 dimensional and 3 dimensional view of the exercise. 3.) AMS I Also located in bldg 1270 and is used for international student training. It consists of 18 operator stations of which six are configured as sim driver stations. The AMS I utilizes Commercial-Off-The-Shelf (COTS) Graphical User Interface (GUI) called the Tactical Display Framework (TDF). It utilizes AMS tracker software, modified simulation environment and modified radar simulation to make it compatible with the TDF interface and display capabilities. It has a GUI controlled communications interface. The instructor operator function (IOF), simulation driver function, and scenario generation function are all declassified AMS II applications. AMS I is an unclassified stand alone system with no external connections. b. System Specifications: 1.) Hardware Platform: Commercial-Off-The-Shelf (COTS) dual Pentium III computer platform with a similar COTS Operating system (Linux), ASTi communication system, Display and Debrief System providing 2-dimension display for student console and 3-dimension display for air environment (ACMI) along with audio associated with the mission. 2.) Software: COTS operating system (Linux) and custom developed software programs (see below). 3.) Source Code Language: C++ /Java 4.) Input: Only applicable to AMS II; live RADAR, radio and telephone feeds provided by an external source to support live controller missions. ACMI data feed for live mission 3D debrief capability. Link-16 data feed for datalink missions. DIS network connection to F-15 flight simulators for flight data and audio. 5.) Output: Outputs of the mission are recorded on hard drive and can be downloaded on VHS and JAZZ disk for remote viewing on DDS. DIS network connection to F-15 flight simulators for flight data and audio. 6.) Fidelity: High 7.) Classification: Secret (Exception AMS I) 8.) Skill Set Requirements: Project Manager must be a PMI certified Project Management Professional and personnel must have following areas of expertise: a. Software Applications: The following software applications are used to develop and maintain the systems. Expertise in development and employment of each application is required to keep the systems running. - LINUX Redhat system administration - VRLink - KDE Desktop - Java Software Development Kit - Java Webservices Development Kit - 2D & 3D Accelerated-X OpenGL for Linux - GCC compiler - Motif - Make - MS DOS administration - C Shell scripting - ASTi Model Builder - DDD Debugger - SGI IRIX - Insure++ - DIS Test Suite - Tcl/Tk - Simulyzer (GFE software) - ViaVoice Speech Recognition Tools - Performance Technology Inc. Radar Receiver - Festival Speech Tools - MS Windows NT administration - Big Brother monitoring system - Northrop Grumman Common Connectivity Device - X Designer Advanced Tech Edition - Solipsys Tactical Display Framework - OpenGVS - SwRI Digital Communications System - OpenGL b. Hardware: Hardware maintenance requires expertise in troubleshooting and repair of the following. - Dual processor PCs - Printed circuit board design and repair - multi-channel Digital I/O controllers - Advanced soldering techniques for IC circuits - 2D & 3D video graphics controllers - High speed intranetworking architectures - Audio controllers and DSP processing - VLAN and multicasting network technologies - Physics based Radar simulation and integration technologies for multiple simultaneous "live" radar feeds into virtual training environments - Radio and telephone communications systems c. AMS Specific: unique expertise is required for development, troubleshooting and repair in the following areas. - Parallel processing applications - Distributed Interactive Simulation (DIS) protocols and interfaces - Distributed processing applications - High Level Architecture (HLA) protocols and interfaces - AMS simulation applications including sensor manager, track manager, SDC, AOCP manager, ESM, Link 11 and Link 16 9.) Training and Documentation: Instructor Utilization Handbook, Sim-Driver Utilization handbook, Maintenance Manuals, System Administrator Handbook, AWACS Positional Handbooks, Display and Debrief System Handbook.
 
Place of Performance
Address: Tyndall AFB FL
Zip Code: 32403-5526
Country: USA
 
Record
SN00857916-W 20050731/050729212049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.