|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29,1997 PSA#2000AFFTC/PKAA Directorate of Contracting, 5 S. Wolfe Ave., Edwards AFB, CA
93524-1185 R -- AIR FORCE ELECTRONIC WARFARE EVALUATION SIMULATOR (AFEWES) TEST,
OPERATION & MAINTENANCE!! SOL F04611-98-R-0012 DUE 011098 POC Contract
Specialist, Laura Haverlock or Contracting Officer, Vonda Drake at
805-277-3900 WEB: --, http://cpf.edwards/af.mil/contracts/rfp.html.
E-MAIL: --, haverlol%pk@mhs.elan.af.mil. The Air Force Flight Test
Center, AFFTC, 412th Test Wing is seeking offerors with demonstrated
expertise to support Test, Operations and Maintenance (TO&M) for the
U.S. Air Force Electronic Warfare Evaluation Simulator (AFEWES), a
Hardware-in-the-Loop (HITL) Test and Evaluation (T&E) facility located
at Air Plant No. 4, Fort Worth, Texas. The Air Force Test Center
intends to award a five year fixed priced Indefinite Quantity contract
that has a three base period with one two year priced option period.
Anticipated award will be 30 August 1998 with the performance period to
begin 01 October 1998. Since the facility's inception in 1958, AFEWES
simulations have been developed, operated, maintained, and periodically
upgraded at the AF Plant 4 location by Lockheed Martin Tactical
Aircraft Systems (LMTAS) under contract to the United States Air Force.
Operating manuals, suitable for non-AFEWES technical personnel, are not
available. AFEWES contains high-fidelity, fully-dynamic Background
(open-loop) and Primary Player (closed-loop) T&E resources in the Radio
Frequency (RF), Millimeter Wave (MMW), and
Ultraviolet/Electro-Optical/Infrared (UV/EO/IR) spectral regions and
represent widely-diverse computer and technology levels. All
simulations operate in real-time, at real frequency/wavelength, and
include man-in-the-loop where appropriate. The RF/MMW background player
simulation is the Multiple Emitter Generator (MEG). The UV/EO/IR
background player is the Infrared Image Display (IRID). These open-loop
simulations, when used autonomously, provide a dense signal environment
for testing passive Electronic Warfare receivers. When used in
conjunction with the Primary Players, these resources support
multi-spectral T&E and the evaluation of defensive countermeasures
effectiveness in a realistically dense battlefield scenario. The RF
primary player simulations consist of validated Surface-to-Air Missile
(SAM), Anti-air artillery (AAA), and Airborne Interceptors (AI),
simulations that operate between 0.5 and 18.0 Gliz. IR Primary Player
simulations are comprised of multiple RED and BLUE SAM (missile only)
and Air-to-Air Missile (AAM) simulations which include actual seekers
and correct IR wavelengths. AFEWES simulations support testing
throughout all phases of the Electronic Warfare acquisition cycle for
Department of Defense (DOD), Foreign Military Customers, and Contractor
Electronic Warfare programs. Successful TO&M contract performance
requires in-depth knowledge, and hands-on staffing to perform daily
testing, operating and maintenance functions. Additionally, technical
management of the AFEWES test facility is required. Firms having an
interest, capability and appropriate background are invited to submit
particulars of qualification and experience. This solicitation is going
to be solicited in accordance with Air Force Material Command FAR
Clause 5352.227-9001, Qualification of Offeror under Export-Controlled
Restricted Solicitation (JUL 1997) which states "This acquisition
involves technology that has a military or space application. Only U.S.
Contractors who are registered and certified with the Defense Logistics
Services Center (DLSC), Federal Center, Battle Creek, MI 49017-3084
(1-800-352-3572) and have a legitimate business purpose may participate
in this solicitation. If you are registered and certified with DLSC,
you must submit a copy of the approved DD Form 2345, Military Critical
Technical Data Agreement, with your request for the solicitation. The
solicitation will be mailed to the data custodian identified in Block
3 of the DD Form 2345." Responses to this synopsis should include
sufficient information for a determination of ability to perform all
areas of the required support, as listed above, as part of a
qualification package. Potential offerors will be screened for their
knowledge, experience and demonstrated ability in the following areas:
operating and maintaining the unique capability of the AFEWES legacy
system simulators, as well as conducting multiple, multi-spectral tests
to includeplanning, conducting, and reporting functions. Offerors must
have the capability to operate and maintain the existing AFEWES
systems without the use of operation and maintenance manuals as they do
not currently exist. The offeror's ability to upgrade existing
simulators according to latest information will be evaluated and their
ability to upgrade existing simulators according to latest information
as well as their ability to acquire replacement/repair spares for
simulators and Special Test Equipment (STE). Critical to this program
is the offeror's knowledge, capability and demonstrated performance to
integrate new simulators and STE into the existing AFEWES architecture
as this new equipment becomes available from AFEWES upgrade
tasks/contracts. Offerors must be able to immediately operate, without
delay from contract award, all AFEWES Infrared and Radio Frequency
simulators, Jammer Techniques Simulator, Multi-Emitter Generator,
Reconfigurable Airborne Interceptor, AFEWES Clutter Generator, and
other unique, one-of-a-kind AFEWES test equipment. Offerors must have
the in-depth knowledge to prepare, set-up, and conduct tests without
delay in all areas of the AFEWES laboratory complex. Offerors must
immediately possess the knowledge to perform operation and maintenance
for the entire AFEWES facility; including unique computer control
systems, laboratory cable maintenance, Infrared lab motion tables, and
external interfaces for linking with other test facilities. Offerors
must be capable of integrating Foreign Material Equipment into
applicable AFEWES simulators and configuring this equipment for Open
Air Range data input, processing, and operations. Offerors must possess
unique knowledge to allow future linking of the North and South
Infrared Labs with a UltraViolet/AIR Missile Warning System dome to
create a complete Ultra Violet Missile Warning System-Infrared
tracker-Infrared Common Measures aircraft protection system, end-to-end
test capability. Because of the nature of EW testing, and the technical
characteristics of the simulators, the successful offeror will be
required to have as a minimum, a secret clearance with up to, and
including TOP SECRET SCI, upon award. For these reasons, the Air Force
intends to procure, on an other than full and open competitive basis,
a follow on AFEWES TO&M contract with LMTAS. All qualified sources may
submit an offer which will be considered. Mr. David Stocking,
AFFTC/PKC, (805)277-3900, ext. 2203, has been appointed by the AFFTC
Commander as "Ombudsman" to hear offerors, or potential offerors'
confidential concerns, if any, regarding this acquisition. His purpose
is not to replace the technical staff or contracting officer, but to
serve as an honest broker and communicate any contractor concerns,
issues, disagreements, and recommendations to the appropriate
government personnel. When requested, the Ombudsman shall 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. Offerors possessing the capability to perform the
requested work are invited to submit a summary of their capabilities
and descriptive literature addressing the above technical areas. The
statement of capability should include relevant background and
experience, with contract numbers, names and phone numbers of
contracting office POC, and names and phone numbers of technical office
POC for each contract. Responses to this synopsis should be provided
within 15 days from date of synopsis publication to AFFTC/PKAH, ATTN:
Laura Haverlock, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185. This
synopsis is for information and planning purposes only and does not
constitute a solicitation for bids or proposals and is not to be
construed as a commitment by the government. Firms responding to this
synopsis should reference the synopsis number and indicate whether they
are or are not a small or small disadvantaged business concern as
defined in FAR 52.219-1 and FAR 52.219-2, respectively. The Air Force
reserves the right to consider a small business set-aside based on
response hereto. See Note 8 and 22.***** (0357) Loren Data Corp. http://www.ld.com (SYN# 0079 19971229\R-0016.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|