|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1996 PSA#1545HSC/PKRH, 7909 Lindbergh Drive, Brooks AFB, TX 78235-5352 A -- AIRCREW TRAINING RESEARCH (ATR) SSS-PKR-96-07 POC Contact
Point-Jay Carroll, (210)536-6639, Phyllis Morse (210)536-5771. Sources
are being sought in support of basic research, exploratory
development, and advanced development areas planned by the Air Force
Armstrong Laboratory, Aircrew Training Research Division of the
Armstrong Laboratory (AL/HRA), Mesa, Arizona. Sources are sought to
provide scientific, engineering, and technical nonpersonal services in
support of the mission of the Aircrew Training Research Division. The
research and development includes all facets of aircrew skills and
knowledge for air warriors during all phases of training and combat
readiness preparation. Research and development emphasis is placed on
training effectiveness issues that impact Air Force training doctrine
and training system procurement decisions and future design
considerations. A multidisciplinary contractor team is required with
expertise in behavioral research, aviation psychology, and human
factors; research engineering support, and research involving aircrew
training systems and ranges along with the ability to combine live,
virtual and constructive systems; multi-media laboratory research
support operations; operations and upkeep of security and
communications systems; information systems management and training;
simulations of information warfare; systems engineering, system
analysis, computer networking technologies, software programming,
database modeling, electronic and mechanical proof of concept design
and fabrication, software and hardware maintenance, operations and
upkeep of research facilities, display and computer image generation,
and logistics support capability. The principal areas of the research
effort include: human visual perceptual processes such as eye movement,
psychophyiscs of computer image generated color, scene content, and
modeling of visual attention through the use of artificial
intelligence; night vision goggle simulation, training and courseware
development; instructional design technology; distance learning; image
compression; information processing; situational awareness; individual
and crew/team training; multiship combat training and mission
rehearsal; total training systems design; perfomance measurement;
decision making; fidelity levels required to meet training objectives;
human factors requirements in advanced instrumental support systems;
and basic research involving visual perception and attention,
cognition, and skill acquisition. Offerors will be required to conduct
research and development on a spectrum of devices ranging from simple
procedural trainers to highly sophisticated networked weapons systems
training devices that reproduce the environment of combat aircraft
with high fidelity. Equipment and systems involved include computer
image generations systems such as Lockheed Martin SE2000, Evans and
Southerland ESIG 2000, Silicon Graphics Onyxs, Crimsons, and Sky
Writers, as well as the Advanced Visual Technology System (AVTS)
composed of special and general purpose computers and ancillary
equipment and microprocessor based systems; helmet-mounted sight,
helmet-mounted display and helmet-mounted sensors; high resolution area
insets with rear projection and conventional illumination; light valve,
cathode ray tube and laser projectors, associated optics and
electronics equipment; area of interest (AOI) display systems; and
dodecahedron internal and rear projection display systems; digital
image processing equipment; ballistic and weapon delivery modeling;
database modeling for visual and sensor systems including utilization
of Defense Mapping Agency (DMA) data and SCIF data; console equipment
(workstations, instructor operator stations maintenance consoles,
threat consoles, etc.); servo optical head/eye tracking systems; F-15,
F-16, A-10, T-38, F-15C, uninhabited combat aerial vehicles (UCAV),
and F-15E crew stations or cockpits; fiber optic helmet mounted display
(FOHMD) systems and body position sensors, three dimensional auditory
systems; part task training devices including air intercept trainers
(AITs), combat engagement trainers (CETs), Weapons system trainers
(WST) and multitask trainers (MTTs); performance measurement systems;
microprocessor software development laboratory; management information
system; data reduction, encryption and processing systems; night
vision goggle (NVG) systems; basic processing systems; computers,
cockpits, and console assemblies associated with networking local and
long haul simulator systems; multi level security networking hardware
and software; mission planning and pilot debriefing stations;
electronic classroom equipment; advanced virtual environment; embedded
and stand-alone heads up displays (HUDS); and associated maintenance
of computer systems. The Air Force's anticipated procurement approach
is to competitively award a single Cost Plus Fixed Fee (CPFF),
Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The ordering
period will be five years with a period of performance of 7 years which
will require contractor performance in Mesa, Arizona and at various Air
Force locations such as Luke AFB, AZ and Kirtland AFB, NM. This
acquisition will follow the AFFARS Appendix BB, Supplemented by AFMC
FAR SUP to Appendix BB and Section F to the AFMC FAR SUP. Anticipated
performance will begin during the first quarter of fiscal year 1998. A
minimum industrial clearance of SECRET will be required for
performance. This announcement is not a request for proposal or an
announcement of solicitation. The purpose of this announcement is to
solicit qualification packages from those sources who have the
capabilities and are interested in competing for this requirement.
Qualification packages should addrss the capabilities required to
perform the requirements of the proposed effort. Your response should
include your corporate and personnel expertise (including years of
experience) in these specific capabilities, or your ability to obtain
such expertise. The package should contain sufficient information to
permit evaluation of your capability in no more than ten pages (8.5
inches by 11 inches) typed, double spaced pages or less. Furthermore,
your written request shall include the following in order to facilitate
our assessment of industry's capability: 1) identification of business
size, considering SIC Code 8731 with a size standard of 500 employees;
2) respondents address, business number, and a facsimile number; 3)
identification of your intent to act as a consultant, subcontactor or
prime contractor for the effort; 4) a statement regarding industrial
security clearance; and 5) any other specific and pertinent information
as pertains to this particular area of procurement that would enhance
our consideration and evaluation of your capability to perform the
requirements of this acquisition. Your standard company literature,
annual reports, etc may also be included and are not part of the ten
page limit. The requested information will also enable the Government
to more clearly define its acquisition approach. The above requested
information is not intended as a preselection evaluation documentation.
All requesters will be given a copy of the solicitation. The closing
date for a submission of response is thirty calendar days from
publication of this notice. Please submit a letter of transmittal only
to HSC/PKRH, 7909 Lindbergh Drive, Brooks AFB, TX 78235-5352, Attn:
Jay Carroll. The full package should be sent to AL/HRA, 6001 S. Power
Road, Bldg 558, Mesa, AZ 85206-0904, Attn: Patricia Spears. Any
non-technical and/or contractual questions should be referred to Jay
Carroll, (210) 536-6639. Technical questions are encouraged and may be
directed to Patricia Spears, (602) 988-6561. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor concerns, issues,
disagreements, and recommendations to the evaluation of proposals or in
the source selection process. Parties wishing to access the Ombudsman
are invited to call Mr. Emile Baladi at (210) 536-2903. Future
information concerning this acquisition will be posted to the San
Antonio RFP and Acquisition Highway (SARAH) home page available through
the internet. SARAH's address is
http://www.brooks.af.mil/HSC/PKA/sarah.htm. The CBD, in addition to
SARAH, will still be used for the presolicitation announcement and the
notice of contract action. Releasable draft documents and milestones
will be posted to SARAH as they become available. A pre-solicitation
conference is contemplated and the complete draft RFP will eventually
be released on SARAH. (0064) Loren Data Corp. http://www.ld.com (SYN# 0010 19960305\A-0010.SOL)
A - Research and Development Index Page
|
|