Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1996 PSA#1545

HSC/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