Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29,1997 PSA#2000

AFFTC/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