Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

70 -- JTAC Simulator Software Program

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-11-Q-6001
 
Archive Date
9/21/2011
 
Point of Contact
Vanessa Burhorn, Phone: 309-633-6239, Melissa Grice, Phone: 309-633-5204
 
E-Mail Address
vanessa.burhorn@ang.af.mil, melissa.grice@ang.af.mil
(vanessa.burhorn@ang.af.mil, melissa.grice@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 05-53. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award may be made to a participating large business as prescribed in FAR 19.507. The Government intends to issue a single award to one offeror.(V) List of line items: The 182 Airlift Wing Illinois Air National Guard has a requirement for CLIN 0001 four (4) each desktop Joint Terminal Attack Controller/Joint Fires Integration training software program and CLIN 0002 four (4) annual maintenance for item purchased in CLIN 0001. (VI) Item: Joint Fires Trainer manufactured by Eagle Dynamics/The Fighter Collection "or equal" and annual maintenance agreement. Description: Software must be scalable to meet various levels of training requirements from procedural training to mission rehearsal; it must be configurable to meet various facility and transportability requirements; must be able to network with other stations of the same simulation. Must be a desktop trainer and allow for accurate battlefield simulation during day and night conditions specifically with use of the IR pointer and allows for accurate Litening targeting pod usage to include Full Motion Video downlink and Laser marking/terminal guidance operations-providing for realistic training over a wider range of joint fires scenarios. Must have an emphasis on close air support for JTAC training and specifically replicate TYPE I,II,III controls in the virtual environment. World environment: Virtual environment must have the ability to generate four seasons which reflect changes in color and foliage, day and night scenarios, and alterable weather conditions: cloud, fog, haze, rain, snow, temperature and wind at a minimum. Image Generator: Terrain from a known part of the world developed to a level of detail and density sufficient to necessitate consideration of marking options. Must have ability to add objects to the terrain/virtual world. Terrain must be WGS-84 compatible with coordinates displayed in Lat/Long decimal, Lat/Long minutes and MGRS. Stations: PILOT Station: Ability to accurately replicate flight profiles of attack, fighter, bomber and attack helicopters. Aircraft should also have the ability to be flown/directed from mission editor by the instructor. Pilot must be able to fly standard attack profiles and to release weapon when directed or to abort attack short of release. JTAC Station: Must have ability to position JTAC anywhere and be fully mobile and allow the JTAC use of mil-binoculars, laser range finder, laser designator, and IR pointer. Laser guidance and subsequent impact of laser guided bomb should impact with the laser designation whether it is on the intended target or not. Laser Spot Search capability should be accurately simulated. Simulator must accurately replicate ROVER capability with Full Motion Video downlink to the JTAC and instructor station. To simulate night operations, the optical target locating devices must have night vision capability. Should be able to detect targets and aircraft at night consistent with real world NVD expectations. In addition JTAC view must allow visual tracking of aircraft to include analyzing attack geometry. The JTAC must be able to acquire the aircraft aided and unaided. INSTRUCTOR Station/ Mission Planning: Instructor must have the ability to create any type of JTAC mission, to include high threat and permissive environments. A wide variety of military vehicles, aircraft and personnel should be in the database able to integrate into the scenario. Instructor has ability to introduce indirect fire during mission planning and execution, with realistic ballistics and timing. Ability to set, modify and meet multiple TOT's/TTT's for deconfliction of fires. Instructor has the ability to fire SEAD missions in conjunction with other fires. Software must have adjustable skill levels and missile effectiveness for aircraft, vehicles and defense systems. Simulator should accurately replicate fighter, bomber or rotary wing performance. The simulation should allow the instructor or pilot to select desired ordnance and replicate weapons effect, delivery parameters, and methods of employment for unguided, laser guided and coordinate seeking weapons. Display, explosion, smoke, fire, structural damage, casualties should be adequate to allow JTAC to determine Battle Damage Assessment. There must be an assortment of fixed, and mobile targets that replicate real world environments and target movements and formation with sufficient detail to support weaponeering decisions appropriate to the tactical situation. HARDWARE: The system should operate using commercial off the shelf technology. In addition to the above features, the software should contain a robust database of military weapon systems. These weapon systems and their effects are accurately depicted during the computer simulation. NETWORK CAPABILITY: Must have ability to network at least 5 workstations in any combination of instructor, pilot, JTAC and JFO position. Instructor's view allows students screen to be viewed at any time for review. Each session must have the ability to be recorded, edited and commented for analysis in post-mission debriefing. (VII) Delivery will be to 182nd Airlift Wing, 2416 S Falcon., Blvd., Peoria IL 61607. Delivery time required: 45 days after receipt of order. (VIII) 52.212-1 Instructions to Offerors - Commercial applies to this acquisition. (IX) 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ability to meet Government's requirement, past performance, delivery schedule and price. Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). (X) Offerors need to include a completed copy of Offeror Representations and Certifications - Commercial Items, with offer. (XI) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (XII) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (VI) The following provisions and clauses in their latest editions apply to this acquisition: 52.204-7, 52.204-9, 52.204-10, 52.209-6, 52.211-6, 52.212-1, 52.212-2, 52.212-3 Alt 1, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.225-25, 52.232-33, 52.233-3, 52.233-4, 52.252-1, 52.252-2, 252.203-7000, 252.203-7002, 252.204-7004 Alt A, 252.223-7001, 252.223-7006, 252.225-7001, 252.232-7003, 252.232-7010, 252.247-7023 Alt III, 52.219-28 Alt 1, 252.212-7001, 252.225-7000, 252.225-7013, 252.225-7036 Alt 1 *Note: The full text of a clause/provision may be accessed electronically at this address: http://www.fbo.gov; Additional FAR clauses within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (VII) The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fbo.gov. (VIII) Terms of this solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. (X) Quotes will be due to the 182 Airlift Wing/MSC 2416 S. Falcon Blvd. Peoria, IL 61607 by 6 September 2011, 11:59 p.m. central standard time. Email quotes will be accepted by vanessa.burhorn@ang.af.mil, Fax quotes will be accepted at (309) 633-5539. (XI) Point of Contact is Master Sergeant Vanessa Burhorn (309) 633-6239. **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. LACK OF CCR REGISTRATION SHALL BE A DETERMINING FACTOR FOR CONTRACT AWARD. To register, you may call 1-888-227-2423 or apply via the internet at http://www.ccr.gov OFFEROR RECEIVING AWARD WILL BE REQUIRED TO SUBMIT INVOICE ELECTRONICALLY THROUGH WIDE AREA WORKFLOW (WAWF). More information can be found at https://wawf.eb.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-11-Q-6001/listing.html)
 
Place of Performance
Address: 2416 S Falcon Blvd, Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN02551345-W 20110828/110826235450-cca19efe2a6e2f5156dfa589bfe15e89 (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.