Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1996 PSA#1501

AETC CONS/LGCK, 550 D STREET EAST STE 08, RANDOLPH AFB TX 78150-4434 Attn:60608/CAPT SHARON ORLANDO

B -- EDUCATION AND TRAINING TECHNOLOGY APPLICATION PROGRAM POC CAPT SHARON ORLANDO tel: 210/652-2490/MS REINETTE ALECOZAY CNT F4168996R0013 The Air Education Training Command, Randolph AFB TX is seeking qualified small businesses/SBA 8(A) business firms under SIC Code 8732 (Size Standard $5) capable of performing the following: 1) Conduct trade studies and analysis on the efficacy of different types of training systems and devices to include cost benefit, training transfer, design, production, configuration mangement, and sustainment. Contractor shall also be required to conduct training system front end analyses (FEAs) and Training System Requirements Analyses (TSRAs) using the Instructional Systems Development method. 2) Design training device specifications for system/sub-system development. Build prototype hardware and software. Include human factors, performance and knowledge training transfer, and I/O design/interface. Training device fidelity will be appropriate for the task being taught/practiced. 3) Design and prototype local training device networks, using, where appropriate, current Distributed Interactive Simulation (DIS) protocols, Asynchronous Transfer Modes (ATM), and other emerging hardware/software protocols. 4) Design and prototype long haul distributed simulator networking using DIS, Defense Simulation Internet (DSI), and ATM protocols. 5) Support simulator database development (e.g. visual, radar, weather, threat) including use of Mil STd 1821 Standard Interchange Format (SIF) protocols. Be conversant with techniques and tools of database generation including R-buffering, Z-buffering, continuous terrain, photo-realism, color tables and the color requirements for night vision goggle use, Defense Mapping Agency products and support, datums and their relationship to database fidelity, and techniques for terrain polygonalization. 6) Design and prototype the physical and data networking required to link host computers with peripheral devices including image generators, digital radar land mass simulators, threat simulators, and 1553 data buses. 7) Design and prototype visual systems using Wide Area Columnated (WAC) window displays, projection displays, or helmet mounted displays. 8) Design and prototype instructor operator stations (IOSs) for variou training systems including provisions for NVG, threat, and DRLMS integration, record/playback, and other on/off board data capture and scenario management systems. 9) Design and prototype DRLMS capable of supporting terrain following/terrain avoidance (TF/TA), air-ground mapping, target recognition, color weather mapping, and enroute navigation, including the techniques used in I-DRLMS, P-DRLMS, and other vendor specific formats. 10) Design and prototype hydraulic and electrical control loading and motion base systems for 6 degree of freedom simulators, part task and procedural trainers, and other training devices requiring motion cueing. 11) Design, prototype, produce, and modify constructive models which support education and training objectives including networking confederations of models and re-host and re-write activities. 12) For each modeling and simulation project, design and implement software configuration management plans, training and training support, computer support, and life cycle cost management. Only offerors interested in submitting a proposal for the requirement should respond with a ''capability statement'' identifying themselves as a small or SBA 8(A) business and detailing all of their relevant tedchnical qualifications. A separate capability statement should be submitted for each functional grouping. A CAPABILITY STATEMENT FAILING TO PROVIDE ALL INFORMATION HEREIN REQUESTED WILL BE CONSIDERED NON-RESPONSIVE TO THE SOURCES SOUGHT SYNOPSIS. Firms should include, as a minimum, in their capability statements, 1) COMPANY HISTORY a) size b) revenues 2) TECHNICAL CAPABILITY a) describe technical capability to perform work identified in items numbered 1-12 above b) include names and education levels of in-house personnel capable of performing the work described above 3) CORPORATE EXPERIENCE AND PAST PERFORMANCE provide information relative to experience and past performance on government contracts for the work described in items numbered 1-12 above. This information should include detailed references (phone numbers, contract numbers, type of contract and points of contact) of major clients. 4) SECURITY CLEARANCES a) facility security clearance b) contractor personnel secret clearances. All responsible sources may respond to this synopsis and shall be considered by the Air Force. Firms having applicable interest, capability and background should submit particulars of qulifications and experience within fifteen (15) calendar days from the date of this publication to AETC CONS/LGCK, Attn: Capt Orlando, 550 D Street East Ste 08, Randolph AFB TX 78150-4434. Responses to this synopsis should include sufficient information for a determination of the ability to perform all areas of the effort, as part of the qualification package. This synopsis is for information and planning purposes only and does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. Respondents to this synopsis will not be notified of the results of the evaluation of information submitted. The Air Force reserves the right to consider a small business set-aside based on responses hereto. Please note that RESPONSES FAILING TO PROVIDE ALL INFORMATION REQUESTED HEREIN WILL BE CONSIDERED NON-RESPONSIVE TO THE SOURCES SOUGHT SYNOPSIS. (0362)

Loren Data Corp. http://www.ld.com (SYN# 0007 19951229\B-0002.SOL)


B - Special Studies and Analyses - Not R&D Index Page