SOURCES SOUGHT
14 -- Airborne Procedures Trainer
- Notice Date
- 9/14/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8204-07-R-AAAPT
- Response Due
- 11/15/2007
- Archive Date
- 11/30/2007
- Description
- SOURCES SOUGHT SYNOPSIS. This request is an announcement for information/market research for planning purposes. The synopsis does not constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The 526 ICBMSG/PKA, Hill AFB, Utah, is seeking potential sources to modify the Air Force Airborne Procedures Trainer (APT), associated with the Minuteman III Weapons System. This modification would result in upgrading the APT trainer to match the Airborne Launch Control System (ALCC) modifications being made by the US Navy to the Airborne Command Post (EA6B). The APT is a TEMPEST-certified caged classroom trainer used to train (ground-side) crew members in ICBM-related ALCC procedures. In this action the government is seeking to locate alternate sources (to the Prime Team) which would be qualified to bid for this FY10 modification project. The current APT includes a partial Battle-Staff right-hand console, a Communications Integrator Cabinet, simulated EA6B aircraft features, instructor areas, computer equipment to drive the simulation and trainer software and hardware. These modifications, defined in an AF 1067, would replace the current Digital Airborne Intercommunications Switching Set (DAISS) with an upgraded version, would add an interactive Intelligence Officer Station and would also incorporate new Battle-Staff consoles, keyboards and trackballs. The ICBM Prime Team of Northrop-Grumman Corporation with The Boeing Company is the only currently qualified source, and currently performs support, maintenance, and operation of the APT. The Government seeks alternate sources to the ICBM Prime Team to perform the APT modification effort (only). The alternate source should provide qualifications responses to each of the 16 numbered requirements below, and also describe how it would propose to manage the APT modification program, describe the qualifications and relevant experiences (to the ICBM program) of its management, engineering and technical personnel, who would work on the APT program, and describe the corporate facilities relevant to the APT modification. Subject to the Governments consideration, a viable alternate source should submit a concise, APT program-specific response presenting sufficient information to substantiate that they possess necessary knowledge and understanding of the requirements (below), and that they have facilities and employees with satisfactory qualifications, experience, and ICBM-specific experiences to perform this activity without undue technical, schedule or cost risks. In addition, any viable alternate sources, not currently qualified, would be required to conduct a demonstration of capability prior to contractor certification as a source for the APT modification effort. The alternate source is requested to describe the plan (and schedule), that demonstrates the alternate sources capability to perform all tasks required. A Determination by the Government not to compete this proposed contract would be based upon responses to information received, and would be considered solely for the purpose of determining whether to conduct a competitive procurement. All sources would be required to satisfy the following requirements, as a minimum, in accomplishing the APT modification: 1) re-host the current hardware and software simulation, based in ADA and operated in a VAX 4000 environment, to a current computer technology and operating system (i.e. SUN Solaris/UNIX, Micro-Soft Windows, etc.), and to adapt this computer equipment & operating system to the new or retained trainer hardware; 2) re-host all existing training scenarios and script and develop new scripting of intelligence and other modifications-related scenarios, messaging and aircraft features to accommodate EA6B aircraft modifications, as related to communications and other modification actions affecting the current APT; 3) work off-site in their own qualified facilities to develop this modified simulation suite, perform DT&E with test plans and procedures at this site, and then 4) deliver, perform modifications, installations and acceptance testing, with directives, plans and procedures for the new and modified functions and the overall system test at the APT site, observing all TEMPEST and facility requirements, and providing other support (CAP, configuration management, hazardous waste management, MILSTRIP, etc.) as required to fulfill the perspective contract, 5) provide a user manual for all new, modified and existing functions and scenarios, 6) train the Prime subcontractor (Boeing) and USAF instructor team in the use and maintenance of the re-hosted and modified simulation suite, and 7) establish the parts and spares involved in this modification action list and make overall maintenance (hardware and software) and repair recommendations for the new COTS and other AF and APT-unique items, 8) provide T.O updates, new and revised hardware drawings, and other necessary documentation, as required, and in coordination with the Prime Team. The following requirements and experiences are generalized to this trainer modification design activity: 9) certain members of the development team would be required to hold Top-Secret clearances in order to be granted access to certain APT program materials, 10) the development team would be required to have proven experience in the development and maintenance of large-scale ADA programs (Size: 1+Mlines of source code with FORTRAN/C/VAX control language and extents) hosted in VAX 4000 systems and other operating systems as necessary to select and design the proper computer platform and software suite for this application. The perspective source would have experience in developing ADA software applications, using COTS systems, with special-purpose hardware, large control scripts & client-server applications (with multiple users and interrupts), large military databases, and fielding/testing of instructor & scenario-controlled military trainer systems. The alternate source would have active experience in: 11) ICBM and ALCC procedures, functions and operations, emergency procedures, EAPs and messaging, and NPES, 12) AF airborne and satellite intelligence and operations, 13) AF airborne and satellite communications and operations, 14) AF global information network including NIPRNET and SIPRNET, 15) cryptographic systems, 16) aircraft ground-side trainer management, development, operations and maintenance. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS (RFP). In addition to providing the above information, firms responding to this announcement should include company name, cage code, point of contact, address, and indicate business size status. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses may be mailed to 6014 Dogwood Ave, Bldg 1258, Rm 26, Hill AFB UT 84056-5816, Attention: Kirk Dean. Responses must be received no later than close of business (COB) 2:00 PM Nov. 15, 2007. Please identify your response with the corresponding Program Title: Sources Sought: Airborne Procedures Trainer.
- Record
- SN01407286-W 20070916/070915194701 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |