Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1996 PSA#1702

Aeronautical 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