|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1996 PSA#1702Aeronautical Systems Center, ASC/WMRK, 102 West D Avenue, Suite 300,
Eglin AFB FL 32542-6808 69 -- ALPENA AIR COMBAT TRAINING SYSTEM (AACTS) PROGRAM POC Stacey L.
Hughes, Contracting Officer, 904-882-9391 ext 5066 William V. Tracy,
Program Manager, 904-882-9391 ext 5068. The Air Combat Training Systems
(ACTS) Integrated Product Team (IPT), Aeronautical Systems Center
(ASC), Eglin AFB Florida, plans to contract for portions of the ACTS
range that is planned for the Combat Readiness Training Center (CRTC)
located in Alpena Michigan. The total program (the Alpena ACTS or
AACTS) will consist of software modification to the computation system
and display system software, and all ground equipment necessary to
provide the ACTS capability to the Alpena CRTC. In light of the
Acquisition Reform initiatives, the contractor will be given wide
latitude in the writing of the Statement of Work, System Specification,
use of Government standards, etc. The airborne pod portion of the
program will be obtained through a separate acquisition and, therefore,
close coordination between the AACTS and pod contractors is necessary
to ensure system requirements are being met. The AACTS procurement will
be for needed modification of the Government provided baseline CS and
DS software, procurement of the CS, DS, and Ground
Instrumentation/Communication System (GIS) hardware, integration and
installation of a Ground Security Module (GSM) in the CS that is
compatible with the Advanced Message Oriented Data Security Module
(AMODSM), installation and integration of all entities of the ground
system, and conduct of system level tests of the entire system. Options
for additional DS and logistics support of the ground system will also
be included. The Time-Space-Position-Information (TSPI) will be via
the Global Positioning System (GPS) and the datalink will be fully
compatible with the Nellis ACTS (NACTS), and Tyndall Range Expansion
(TRE) systems. Both tethered (Radio Frequency connection between the
airborne pod and the ground system) and untethered (no connection
between the airborne pod and the ground system) is needed for the
AACTS. This untethered capability can lead to a rangeless capability
for future USAF use at other locations. For Alpena CRTC operations, it
will be necessary for the CS to merge, and record, data that has been
downlinked from the airborne pod and the data that is recorded
on-board the pod. The Government will manage the acquisition of all
entities necessary for AACTS operation through Interface Control
Documents (ICDs) and the contractor will be responsible for timely
notification to the Government of difficulties, or enhancements, that
could be made, in these ICDs. The anticipated contract type is Fixed
Price Incentive Fee (FPIF). Current acquisition information will be
posted on Eglin PK homepage under Acquisition Programs at
http://eglinpk.eglin.af.mil. Due to the interrelationship of
requirements potential offerors are encouraged to review P4B Pod
Enhancement updates as well. An industry day for P4B Pod Enhancement
program is planned for 23 Oct 96. In addition to the P4BE Program, an
overview of the Alpena Ground System Concept will be briefed. Contact
Bridget Tuominen at (904) 882-9391 ext 5058, for information regarding
this industry day. A draft Request for Proposal (RFP) is scheduled for
release in late CY1996, followed by one-on-one meetings with potential
bidders. An RFP is anticipated for release in Mar 1997 with proposals
due 45 days after RFP release. Contract award is planned for no later
than Aug 1997. Information associated with this program may be
classified up to, and including, SECRET, NOFORN. The contractors
software capability and computer hardware system must be accreditable
in accordance with current USAF computer security policies. A technical
library including governing ICDs, a draft AACTS system specification,
CS related and DS software code (and documentation thereof) and other
relevant technical information is available. A 24 hour limitation for
loan of any software or documentation for potential use in preparing
for this acquisition has been established. You may contact Mr. Paul
Carmean, SEMCOR, Inc. 368 Adams Avenue, Valparaiso FL 32580, (904)
678-7887 for information concerning the technical library. Eligibility
to receive solicitations and access to the technical library is
restricted to qualified U.S. contractors who have registered with, and
are certified access to, DOD Scientific and Technical Information
(STINFO) and export controlled information by the United States/Canada
Joint Certification Office, Defense Logistics Service Center, Battle
Creek, MI 49016-3412, 1-800-352-3572. Certification is accomplished
using DD Form 2345, Military Critical Technical Data Agreement. A
Statement of Terms and Conditions for Release of Air Force Owned or
Developed Computer Software Packages must be completed by each offeror
and returned to ASC/WMRK prior to being granted access to the Air
Force technical library. You may contact Mr. Paul Carmean, SEMCOR, Inc.
(904) 678-7887, for information regarding STINFO certification and
software release approval. The Standard Industrial Classification Code
for this acquisition is 3663 (750 personnel). Interested firms must
submit a Statement of Capability (SOC) within fifteen (15) days of this
announcement. Submit the SOC to Ms. Stacey Hughes, ASC/WMRK, 102 West
D Avenue, Suite 300, Eglin AFB FL 32542-6808. The SOC must include, but
is not limited to, successful experience or capability as a prime
contractor in: (1) modification of Government provided software for
application in an ACTS, or similar type application, (2) the
integration of Commercial Off the Shelf (COTS) hardware and contractor
modified software for a CS and DS, or similar application, (3) the
provision of GIS hardware, or similar type application, (4) the
management and testing of an entire ACTS or similar type system, (5)
the facilities and personnel to handle and store classified information
at the SECRET, NOFORN level. Respondents to this notice will not be
notified of the results of the evaluation of information submitted.
After the Statements of Capability have been screened, any draft or
final solicitations will be issued to those prospective sources who, in
the sole judgment of the purchasing activity, have the capability to
successfully full the AACTS Program requirements. Firms responding to
this synopsis should state whether or not they are small business
concern or small disadvantaged business concern as defined in Federal
Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. 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
Manager or Contracting Officer, but to communicate contractor concerns,
issues, disagreements, and recommendations to the appropriate
government personnel. When requested, the Ombudsman will maintain
strict confidentiality as to the source of the concern. The Ombudsman
does not participate in the evaluation of proposals or in the source
selection process. Interested parties are invited to call Col Timothy
R. Kinney at (904) 882-9051. The Ombudsman should only be contacted
with issues or problems that have been previously brought to the
attention of the Contracting Officer and could not be satisfactorily
resolved at that level. Routine communication concerning this
acquisition should be directed to Ms. Stacey Hughes, Contracting
Officer, (904) 882-9391, Ext. 5066, for contracting matters, and Mr.
William V. Tracy, Jr., Program Manager, (904) 882-9391, Ext. 5068, for
technical matters. (0289) Loren Data Corp. http://www.ld.com (SYN# 0243 19961016\69-0002.SOL)
69 - Training Aids and Devices Index Page
|
|