Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
MODIFICATION

D -- Request for Information (RFI) from Training System Acquisition (TSA) II: T25 Simulated Electronic Combat Trainer (SECT) Sources Sought Notice for Contractor Logistics Support (CLS) and operation of the Training System Support Center (TSSC)

Notice Date
6/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8621-10-R-6256
 
Archive Date
6/25/2010
 
Point of Contact
Susan M. Johnston, Phone: 9372552932
 
E-Mail Address
susan.johnston@wpafb.af.mil
(susan.johnston@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: T25 Simulator for Electronic Combat Training (SECT) Request for Information (RFI) Notice An RFI for this program was initially issued on 4/12/2010 as a planned acquisition under the Training Systems Acquisition (TSA) II Contract. There is no need to respond if you responded under the previous request. The purpose of this RFI is to survey the market for potential offerors that are not under the TSA II contract. FIRST SUBMITTED ON: 06/01/2010 LAST UPDATED ON: N/A DESCRIPTION: This RFI is issued for planning purposes in accordance with FAR 15.201(c)(3): (a) The Government is conducting market research to identify potential offerors that possess the expertise, capabilities, and experience to respond competently and competitively to requirements for sustainment of the T25 SECT for use by United States Air Force as part of the Combat Systems Officer training program. This effort will include Contractor Logistics Support (CLS), operation of the T25 Trainer to include the Training Systems Support Center (TSSC) and engineering change proposals as required to maintain concurrency and perform upgrades when necessary. Security clearance level is U.S. Secret. (b) Responses to this RFI notice are not considered offers and cannot be accepted by the Government to form a binding contract. Contractors participating in this market research are advised their participation in this survey may not ensure participation in future solicitations or contract awards. Moreover, the Government will not reimburse participants for any expenses associated with preparation or participation in this survey. Respondents are solely responsible for all expenses associated with responding to this RFI. Following is a brief description of the T25 SECT procurement to include sustainment requirements, and a request for applicable business information. If you elect to participate in the market research, you should provide documentation substantiating your interest and prior experience supporting training systems of similar focus and scope. Purpose/Description: The purpose of this market research is to identify potential offerors that possess the expertise, capabilities, and experience to meet the T25 SECT training system requirements for Contractor Logistics Support (CLS), the Training System Support Center (TSSC), including management that will ensure quality and timeliness, using the best commercial practices and concurrency/upgrades. The T25 SECT is a contractor operated and maintained training system using high-fidelity training devices and corresponding curriculum. The T25 SECT provides training for aircrew members in electronic combat mission areas particularly full-scale mission simulations for typical operations such as strategic/covert penetration, standoff jamming/direct support (SOJ)/DS), electronic intelligence (ELINT) collection and suppression of enemy air defenses (SEAD). The SECT includes three support components: •1. SECT Contractor Logistics Support (CLS) for the full T25 SECT suite which consists of 18 student stations, and nine instructor operator stations; CLS includes hardware and software operation, maintenance support, management, maintenance and replenishment of spares and support equipment ensuring 95% system availability. •2. Maintenance and support of the Training System Support Center (TSSC) which provides operational support for the training and contains a computer system that acts as the network file server for the student stations and also maintains configuration management. TSSC support includes the capability to develop and modify training missions, as well as administer, maintain, and update the system software, lab/mission files, library data files, technical publications, engineering drawings, and other technical data. •3. SECT Concurrency/Upgrade Management. In support of the T25 SECT, the contractor shall be required to execute an Associate Contractor Agreement (ACA) which recognizes Government General Purpose Rights (GGPR) associated with software, design resources and documentation required for T25 SECT operations. Moreover, the selected contractor will be required to update data in accordance with training requirements as necessary in order to maintain training capability supporting the Air Education and Training Command (AETC). We anticipate the T25 SECT operations program will be an award starting in the third quarter of CY 11 with options for four additional years to 2015. T25 SECT includes eighteen (18) student stations, nine (9) instructor-operator stations and the TSSC, all of which are located in the T25 SECT suite at Naval Air Station Pensacola (NASP). Furthermore, the selected contractor will operate the TSSC which develops and modifies training missions, and stores the databases and applications for all of the training events, sorties, and exercises, and associated software and data files, and modifies trainer software to enhance training objectives, as prioritized by the user, Air Education and Training Command. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided, including whether the experience was as a prime contractor or subcontractor. Part I. Business Information: Provide the following information for your company: Company/Institute name; address; point of contact; CAGE Code; DUNS Number; phone number; e-mail address; web page URL; size of business pursuant to North American Industry Classification System (NAICS) Code 541511, Other Commercial and Service Industry Machinery Manufacturing. Based on the above NAICS code, state whether your company qualifies as a: Small Business (Yes/No); Woman Owned Small Business (Yes/No); Small Disadvantaged Business (Yes/No); 8(a) Certified (Yes/No); HUBZone Certified (Yes/No); and a statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate the country of ownership). Part II. Capability Survey Questions: Describe your past experience for providing Contractor Logistics Support (CLS), with clear capability for developing and modifying training missions including suppression of enemy air defenses (SEAD), electronic intelligence (ELINT) collection, electronic countermeasures (ECM) - standoff jamming/direct support (SOJ/DS), strategic/covert penetration, and suppression of enemy air defenses (SEAD); demonstrated capability in managing technological concurrency/upgrades for training systems involving the use of simulator systems software for advanced electronic combat operations and integrating training system elements into a comprehensive system; demonstrated understanding through performance in application of principles of electronic warfare, electronic identification data (EID) tables, sensor scripting development to include electronic parameters listing (EPL) from databases and electronic warfare equipment operation; experience in modifying visual database systems to include software radar database which provides for representation of cultural features; routine operational support for the Training System Support Center (TSSC) in-house taskings to include life-cycle support, modifications to software, equipment and technical data, maintenance and support for local are network (LAN) based configured training system; program title; Government or Contractor POC; description of effort (i.e., number of personnel assigned, number of stations supported, etc.); date and period of performance; cost of effort; and description of support strategy (i.e., student throughput, on-call, modified on-call, etc.); and system availability history. In addition to the information requested above, small business respondents must substantiate capability to provide a minimum of 50% of the required program performance by indicating those prior programs of similar scope and value for which the organization was prime contractor or performance as a subcontractor at the same level of scope and value as the planned program. The acquisition strategy has not been determined at this time; however, the Air Force is contemplating setting this acquisition aside for Small Business if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform a minimum of 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. Please submit your response, by 10 Jun 2010 either by mail at 677AESG/SYK, Attn: Ms. Susan Johnston, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249 or e-mail at Susan.Johnston@wpafb.af.mil. Please limit your response to this RFI to no more than ten pages. T25 Simulator for Electronic Combat Training (SECT) Request for Information (RFI) Sources Sought Notice is an Aeronautical Systems Center (ASC) program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8621-10-R-6256/listing.html)
 
Place of Performance
Address: Naval Air Station Pensacola, Pensacola, Florida, United States
 
Record
SN02165961-W 20100604/100602234951-1e3ad68599006133c1f971e2fe8db3b3 (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 |
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.