Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOURCES SOUGHT

69 -- F-22 Training Systems Visual Systems Retrofit Sources Sought

Notice Date
11/29/2011
 
Notice Type
Sources Sought
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F-22-Vis-Systems-SS
 
Archive Date
1/14/2012
 
Point of Contact
Jennifer A Cotts, Phone: 9379045340, Kathleen M Rasmussen, Phone: 937-904-5316
 
E-Mail Address
jennifer.cotts@wpafb.af.mil, Kathleen.Rasmussen@wpafb.af.mil
(jennifer.cotts@wpafb.af.mil, Kathleen.Rasmussen@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis for a visual system retrofit contract for the F-22 Mission Training Center (MTC), flight simulator. The estimated maximum value of this contract is $30M. Contract efforts are subject to FAR 52.232-18 availability of funds. This contracting effort will be a firm fixed priced. The F-22 MTC is a Lockheed Martin/Boeing developed four ship integrated simulator capable of Distributed Mission Operations. Langley, Tyndall, Elmendorf, Hickam, and Nellis AFB MTC will require these retrofits. The visual system is a subsystem of the MTC which provides the visual environment outside the cockpit. The objective is to provide a visual system with eye limiting capability, and the threshold would be better than 4arc/min per line pair for the full 360 degree field of view. The retrofit will provide all necessary hardware and software to display entities; in both the human visual range as well as to stimulate government furnished Night Vision Goggles. The retrofit should maximize the use of fielded hardware and fit into the existing footprint. The visual system retrofit will be scheduled to coincide with other system retrofits. Contractors interested in this effort must submit the following information for evaluation to the Government. Response should be concise, program specific and include all areas: (1) Description of existing F-22 or similar comparable weapon system experience in the integration and certification of software and hardware upgrade systems; (2) Conceptual data on proposed solution, and preliminary schedule to first retrofit; (3) Demonstrate management, engineering, manufacturing, quality assurance, and knowledge of complex training system elements; (4) Description of capability, to include contractor assets, to design, develop, integrate, fabricate, test and install modifications that require classified data up to SECRET clearance level including Special Access Programs; (5) Qualifications of lead management and engineering personnel projected to work on this contract to include education, background, accomplishments and other pertinent information relevant to the task outlined above; (6) Identification of the Software Engineering Institute (SEI) Capability Maturity Model (CMM) Level certification; (7) Organization structure, with emphasis on how this program fits into overall company's training system development and sustainment process; (8) Demonstrate the ability to interact and coordinate with Aeronautical System Center, Air Combat Command, and LM Aero as the total system integrator of the F-22 weapon system; (9) Indicate the level and types of F-22 technical data, analytical tools and databases required to accomplish this effort; (10) Indication of current ISO/quality certification or the plan to achieve these certifications; (11) Indication of large or small business in relation to NAICS 333319, size standard 500 employees, including Cage Code; (12) Provide documented determination of EVMS compliance or comprehensive plan for compliance per DFARS 252.234-7001; (13) Provide plan for obtaining and sharing all required information from the current integrating contractor team, LM Aero. Interested firms should submit sufficient information which will permit evaluation of technical capabilities in writing or electronically to Aeronautical System Center, ASC/WWUK, ATTN: Ms. Jennifer Cotts, 2725 C Street, Wright Patterson AFB, OH 45433-7424 within 30 calendar days from this announcement. If there are any questions with regard to this contract effort please contact Ms. Cotts, contract Negotiator, ASC/WWUK, (937) 904 5340, email Jennifer.Cotts@wpafb.af.mil or Ms. Kathleen Rasmussen, Contracting Officer, ASC/WWUK, (937) 904 5316, email Kathleen.Rasmussen@wpafb.af.mil. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concern, issues, disagreements and recommendations to the appropriate Government personnel. When requested, the Ombudsman does not participate in the evaluation of the proposals or in the source selection process. Interested parties are invited to call ASC's Ombudsman, Howard Marks at (937) 255-8642, email Howard.Marks@wpafb.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as a result of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F-22-Vis-Systems-SS/listing.html)
 
Place of Performance
Address: n/a, United States
 
Record
SN02629913-W 20111201/111129234137-3896106f27c499690b9a304db7a49464 (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.