SOURCES SOUGHT
U -- Spatial Disorientation (SD) Training Simulator/Device
- Notice Date
- 4/27/2010
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- SDT042710
- Point of Contact
- Julie A. Pease, , William Mueller,
- E-Mail Address
-
julie.pease@randolph.af.mil, william.mueller@randolph.af.mil
(julie.pease@randolph.af.mil, william.mueller@randolph.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information Spatial Disorientation (SD) Training Simulator/Device to support Undergraduate/Joint Specialized Undergraduate Pilot Training Syllabus 1. Air Education and Training Command (AETC), Randolph Air Force Base (AFB), Texas, is soliciting interest and capability statements for a competitive acquisition for a SD training simulator/device. For the purposes of this RFI, the device will be referred to as an SD simulator. What's needed: A commercial off-the-shelf (COTS) SD simulator that will be used to supplement Undergraduate/Joint Specialized Undergraduate Pilot Training. The SD simulator will create typical vestibular and visual SD illusions typically found in textbooks and literature associated with SD in aviation. Some examples of the known illusions are a somatogyral illusion, the oculogyral illusion, nystagmus, autokinesis, the leans, a somatogravic illusion, the blackhole approach, false horizons, and runway width and/or runway slope illusions. Other illusions are welcome. AETC has spent considerable time and study into the characteristics of available COTS technologies. The following is a concise summary of our understanding the needs and technologies: The visual display must be realistic of the aviation environment. This means the visual display must have a high enough resolution so that the scene environment looks and behaves similar to the actual aircraft visual information. In addition, the visual display itself must be collimated to replicate visual accommodation between distant objects and aircraft instrumentation. The motion platform used to generate the illusions shall be a true 6 degree-of-freedom hexapod motion cueing platform, similar to that used in FAA certified high-fidelity flight simulators. In addition to this motion requirement, the motion platform must be capable of producing continual yaw rotation through a variety of speeds. The physical construction of the SD simulator should be robust enough to mimic the cockpit environment but a low cost solution is desired. The device must support training for VFR (Visual Flight Rules) and IFR (Instrument Flight Rules) phases of flight. Seamless training from basic switchology used in flight training to SD training is required. We mean that SD illusions must be able to be embedded within the flight simulation capability and unexpected to the trainee. Cockpit controls should be representative of a generic cockpit and function in a representative manner. Cockpit instrument indicators should be produced on flat screen displays/multi-function displays that are easily maintained and replaced. Navigation and communication panels should be as realistic as possible. The displays should be driven by non-proprietary computer software and hardware which are easy to modify for different flight and environmental conditions. The computer driven displays should be easily swapped out in the event of display failure. A "Soft or less than 100% replication" of the cockpit/instrument environment is acceptable as our desire is to have low maintenance costs (Traditional Aircraft Gauges that require calibration are not intended). Navigation Area/Database does not need to represent the US Airspace system; rather, it must be able to represent terrain and weather features necessary to simulate the desired illusions. Approach capability (Navigation Database, Aircraft display (avionics), and communication) should include DME, ILS, and LOC). At least one runway that allows the instructor to make changes with respect to size, shape and slope are needed. These runway "feature" changes should be available to employ while flight is progressing, or when the aircraft flight is "frozen." This feature is needed for demonstrating changes in visual perception. The ability to pause the student training in flight at any time is also a requirement. Weather conditions must support both a wide range of VFR and IFR environments that could cause spatially disorienting conditions. A self-controlled 24 hour (day time through night time) visual display of the cultural and natural lighting is required. An Instructor Control Station (ICS) detached from the simulator is required in order to input changes to the scenario without student knowledge and to allow the student to experience illusions without the instructor present in the cockpit. Yaw input must be able to be made at the ICS while the trainee is flying the simulator in the normal flight simulator mode. The ICS should replicate actual student performance in the cockpit with 100% accuracy, be easy to read, but does not need to be representative of actual aircraft layout, i.e., an LCD display of aircraft gauges duplicated what the trainee sees is acceptable. The sounds experienced in the natural environment should be simulated to replicate those of the actual aviation environment, e.g., thunder, aircraft noise, radio chatter, and flight instruction. These sounds should be received over the pilot's headset. The simulator should support 10 hours of continuous use in a normal training environment. US Power compliance is required (110V or 240V). Contractor Logistics Support (CLS) at site (to be determined) required. Syllabus supported: P-V4A-J-JP-IG, Undergraduate Pilot Training Syllabus/AFI 11-403, AETC Sup 1, Aerospace Physiology Training Program (2005), paragraph 6.1.7 Desired Traits: Wrap around displays that extend resolution (past 90 degree horizontal/vertical) to 200-240 degrees is preferred. Overhead display capability (i.e. extension of the visual to a limited vertical/overhead view). The ability to print (a hardcopy) the student's performance on an IAP is desired. A stick control instead of yoke control is desired. Aerodynamic feel (loading) of cockpit controls should be representative of actual aircraft performance but is not required. A second seat in the simulator with a dual-control set-up for instructor demonstrations is desirable but not required. Pre-constructed Flight Profiles and Vendor training of our instructor force are desired. A Manufacture/Vendor Warranty guarantee for hardware, displays, physical simulator is desired. Light Emitting Diode (LED) Displays may be substituted for MFD/LEDs if desired by the Vendor. The ability to transport the simulators at a reasonable cost (i.e. a nominal tear-down effort without significant re-assembly or set-up costs), in the event of base closure or a change in mission needs is desirable. We do not foresee more than 1 or 2 moves over the lifespan of the SD Simulator. Timing Information: The SD trainers should be able to support training for 10 hours/day, 5 days/week, and routine maintenance should be able to be accomplished during routine down-time. The simulators should be able to be delivered within 1 year of awarding the contract. Respondents please answer the following questions regarding the requirements and/or strategy: 1. Do you have an SD Simulator commercially available to meet this need? 2. Is the stated schedule of 12 months realistic? 3. Are there any requirements listed that are not incorporated by a commercially available solution? 4. Do you believe any of the requirements are over specified-not necessary? 5. Are there published price lists available? 2. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general in obtaining contracts and subcontracts. This is not a Request for Proposal (RFP), but instead is a market research tool to determine the availability and adequacy of potential sources. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The North American Industrial Classification System (NAICS) code 611512 applies. Firms responding to this announcement should indicate their business size for code 611512, particularly if they are a small business (the small business size standard is $21.5 million). "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business. If business size is transitioning to other than "small business" in the next 90 days, please indicate as such. 3. This sources sought notice is for planning purposes only and is not to be construed as a commitment by the Government. It is not the intention of the Government to enter into a contract based on this notice or to otherwise pay for information solicited. If the Government decides to contract for this effort, an RFP will be posted at a later date. 4. It is the Government's intent to obtain information on the responding contractor's size status. Therefore, it is requested that SB concerns provide sufficient written information supporting their capability to perform (item H below). 5. All interested parties are invited to provide the following information for your company/institution and for any teaming or joint venture partners: A. Company/Institute Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS code 611512 or not. F. State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, or 8(a) certified business concern. G. State the size of your company in terms of personnel. H. Briefly describe how your company can satisfy the requirements described and your associated technical capabilities. 6. Responses are due no later than 1600 CDT 31 May 2010, and shall be electronically submitted to both the Contracting Officer, Capt Julie Pease, julie.pease@randolph.af.mil and Lt Col William Mueller, william.mueller@randolph.af.mil in a Word 97 (or above) or Adobe PDF file format. 7. Questions relative to this market research should be sent electronically to both Capt Julie Pease and Lt Col William Mueller. 8. NO PHONE INQUIRES. All communications shall be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/SDT042710/listing.html)
- Place of Performance
- Address: Randolph AFB, San Antonio, Texas, 78261, United States
- Zip Code: 78261
- Zip Code: 78261
- Record
- SN02133385-W 20100429/100427235105-cb3bd4658fcba2fdb67381f208771c0a (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 |