Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825

K -- C5 AIRCREW TRAINING SYSTEM SOL F42630-97-R-CCCCJ POC For copy, John Sellers/Likt/[801]777-5372, For additional information contact John Sellers/Likt/[801]777-5372 The Government intends to award a contract to support the C-5 Aircrew Training System. The requirement includes, but is not limited to the following. A new weapons system trainer. 1. Training, Maintenance, Operation & Support, Security, Courseware Development & Maintenance, Courseware Revisions & Documentation, Hardware & Software changes, Configuration management. 1. The government intends to procure a new Weapon System Trainer incorporating proven state-of-the-art technology which shall include, but not be limited to, the following features: a. High fidelity simulation of all three C-5B aircraft cockpit crew positions, i.e., pilot, copilot, and flight engineer. b. Two on-board over-the-shoulder instructor stations, one for the Pilot Instructor and the other for the Flight Engineer Instructor. c. A high performance six-degree-of-freedom motion system which includes a comprehensive fail-safe safety system. d. A single digital computer and associated peripheral equipment. e. An image generator and display system providing a continuous screen at least 225 degrees horizontal by 40 degrees vertical, with day/dusk/night computer-generated image (CGI), designed, manufactured, and tested to meet Federal Aviation Administration (FAA) level D requirements and able to facilitate aerial refueling training and daylight low-level flight f. Aerodynamic and Aircraft System simulation software to meet FAA level C standard requirements. g. Comprehensive utilities and diagnostic software. h. A power distribution and control system. i. High speed interface equipment, with built-in on-line diagnostics, to enable the computer to communicate with the flight compartment j. A control loading system with force feedback servo loop and position transducers. k. Radio Station data base to meet the training requirements defined by the Instructional System Design (ISD) process. l. High fidelity digital sound simulation. This procurement includes recompetition support spares and support equipment, computer program documentation, engineering data, technical manuals and engineering drawings. 2. The Aircrew Training System (ATS) contract will also include, but not be limited to the following: Training: The C-5 ATS includes aircrew qualification levels organized and sequenced into three training continua for pilots, flight engineers and loadmasters, with refresher and continuation training for all three crew positions. The qualification levels within each training continuum reflect the progression of crewmember training from entry status through upgrade to instructor and/or flight examiner, with various intermediate qualification requirements. Qualification levels are defined in the respective crewmember master task listings, evaluation standards documents and applicable regulations. The C-5 ATS also includes engine run training for selected maintenance personnel. Performance requirements for the training system are also established within this specification. The contractor must assure the quality and effectiveness of training provided to meet requirements of the specification and guarantee each crewmember' s satisfactory completion of any applicable flight or simulator evaluation. It is the contractor's responsibility to confirm that an aircrew member has demonstrated proficiency prior to releasing him/her for the evaluation conducted by Air Force flight examiners. Partial or total retraining/remediation is the sole responsibility of the contractor. Air Force throughput requirements for qualified aircrew members shall not be impaired due to remediation. Determination by Air Force flight examiners of the ability of the aircrew member to meet qualification criteria shall be final. The contractor will be responsible for instruction and contractor evaluations of students in the aircrew training devices, classroom and other locations such as the use of a ground airplane. Maintenance, Operation & Support: The contractor shall be responsible for all operation, maintenance and support of the aircrew training devices, including but not limited to flight simulators, cockpit procedures trainers, computer based training (CBT) equipment, ramp and door trainer, cargo load trainer and other training equipment used in the aircrew training system at six different sites. The contractor is also responsible for operation of a Training System Support Center (TSSC) including but not limited to a software support center, database generation system, technical data library, courseware support center, depot maintenance and spare parts storage. Security: The contractor must maintain security clearances for personnel required to train aircrew members using classified visual databases and COMSEC information. Courseware Development and Maintenance: The contractor shall produce, update, maintain, and ensure currency of all courseware and training materials necessary to train C-5 aircrew members to the required qualification levels and throughput rates. For courseware development, the contractor shall propose a detailed Instructional Systems Development (ISD) planbased on the requirements of AF Manual 36-2234 and AF Handbook 36-2235 which includes government involvement in the analysis and lesson objective development stages. The plan and any subsequent changes must be acceptedpproved by OO-ALC/LIRA DET 1 AMCAOS after approval cceptance bycoordinating with DET 2 AMCAOS OO-ALC/LIR. The contractor shall propose a courseware quality assurance process. Courseware Revisions/Documentation: Develop a responsive process which supports C-5 ATS courseware revisions in conjunction with and/ approval of DET 2 AMCAOS and OO-ALC/LIRA. Courseware updates and maintenance shall be identified to the Configuration Working Group (CWG). All Technical Order Safety Supplements/Changes shall be implemented within 72 hours. The contractor is responsible to identify and recommend courseware changes from changes in Air Force guidance. Large volume technical changes of non-safety issues shall be incorporated into the courseware IAW timelines established by the CWG. Documentation for CBT lessonsmust include, but not be limited to, a complete flow chart/flow diagram of the course (by lessons), and a complete printout of each lesson to include: all libraries and fonts; all source code; list of frame names; lesson and frame level settings; screen images; object lists; imbedded statements; text; branching and performance settings; list of called frames; and storyboards/script-storyboards which shall be complete and current to reflect what is on the computer at the time of delivery to the government for the first on-line review and before courseware acceptance and implementation. Hardware/Software changes: Contractor shall be responsible for development and installation of hardware and software changes as a result of changes and modifications in aircraft design, configuration and performance. The contractor will be responsible for collection of source data, design criteria, parts and services required to maintain concurrency with the aircraft. Contractor should consider technology advancement and reliability and maintainability improvements for proposing trainer peculiar upgrades not related to aircraft concurrency (such as the need for host computer replacement). Configuration Management: Contractor shall be responsible for configuration management of all hardware, software and courseware and must maintain and update the Technical Data Package. A Technical Order Distribution Office (TODO) account and Tech. Order (TO) library are a part of this requirement. ADDITIONAL INFORMATION All information including the draft and final requests for proposal will be available on the Hill Air Force Base Acquisition Support Division Home Page http://farsite.hill.af.mil/rfpso/commod/c5ats/c5ats.htm.. No paper copies of information will be provided. Potential offerors may express interest, make comments, and ask questions via electronic mail. Point of contact is John A. Sellers, Contracting Officer sellersj@hillwpos.hill.af.mil. Potential Offerors may also mail or fax comments or questions to John A. Sellers, OO-ALC/LIKT 6050 Gum Lane, Hill Air Force Base, UT 84056-5825, fax 801-777-6068, phone 801-777-5372. All comments and questions must be in writing and must identify the company source, contact person, and phone number. The questions and answers will be provided on the Home Page to all potential offerors. (0239)

Loren Data Corp. http://www.ld.com (SYN# 0046 19970829\K-0002.SOL)


K - Modification of Equipment Index Page