|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 31,1997 PSA#2002AETC CONS/LGCU 550 D Street East Ste 08 Randolph AFB TX 78150-4434 69 -- AIR TRAFFIC CONTROL TOWER SIMULATORS FOR KEESLER AFB MS SOL
F4168997RA045 DUE 020298 POC 1Lt Cathy B. Blacklock, Contracting
Officer, (210) 652-2011, FAX (210) 652-7665 WEB: AETC Contracting
Business Opportunities,
http://www-contracting.aetc.af.mil/cgi-bin/afbop. E-MAIL: Click here to
contact the contracting officer via e-mail, blackloc@lg.aetc.af.mil.
This is a combined synopsis/solicitation for a commercial item prepared
in accordance with the information in FAR Subpart 12.6 as supplemented
with the additional information included in this notice. This
announcement constitutes the only solicitation; OFFERS ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation
number is F41689-98-RA045. Proposals are due by 1500, Feb 2, 1998 and
must be mailed to the above address. This solicitation is issued as a
Request for Proposal (RFP). This solicitation incorporates provisions
and clauses in effect through Federal Acquisition Circular 97-01. This
procurement is open to large and small businesses. Small business,
small disadvantaged business, women-owned business and HBCUs/MIs are
encouraged to submit their qualifications. The Government intends to
award a Firm Fixed Price Contract. HQ AETC/XPRT has a requirement for
2 Air Traffic Control (ATC) Tower Simulators. Basic Year CLIN 0001 --
2 each ATC Tower Simulators CLIN 0002 -- per month -- Interim
Contractor Support Alternate I -- 45 minute fix time Alternate II -- 2
hour fix time Alternate III -- 4 hour fix time CLIN 0003 -- Updates to
the Simulator -- To be negotiated at a later date One option year CLIN
1001 -- 12 months -- Interim Contractor Support Alternate I -- 45
minute fix time Alternate II -- 2 hour fix time Alternate III -- 4 hour
fix time CLIN 1002 -- Updates to the Simulator -- To be negotiated at
a later date. Second option year CLIN 2001 -- 12 months -- Interim
Contractor Support Alternate I -- 45 minute fix time Alternate II -- 2
hour fix time Alternate III -- 4 hour fix time CLIN 2002 -- Updates to
the Simulator -- To be negotiated at a later date. The simulators shall
be installed at Keesler AFB MS. Both simulators shall be located in
classrooms in building 4202 (Cody Hall). Both classrooms measure 20'
wide x 25' long x 8' high and have a door measuring 5.5' wide by 6.5'
high. DELIVERY SCHEDULE: One "Temporary" Unit (shall include all end
item hardware) installed 30 calendar days after Contract award. This
unit shall at a minimum display the Canyon Airport flight line and
ramps and all the oral presentation evaluation standards. Training
shall take place on the Temporary unit and be completed 44 calendar
days after Contract award. Delivery of the first Simulator, as
described by the attached Statement of Objectives, shall be four months
after award. Delivery of Second Simulator, (Update the software in the
Temporary model to match the statement of objectives), five months
after award. Acceptance will be at Keesler AFB MS. Offerors need to
submit to the Contracting Officer by Jan 12, 1998 a statement with the
following information: (1) Offerors simulator power requirements (2)
Equipment heat loads and A/C requirements (3) Any other special
requirements i.e. subfloor, high ceiling. (Any required construction
cost will be added to the contractor's proposed price for calculating
total evaluated price.) STATEMENT OF OBJECTIVES(SOO): 1. General
Description of Operational Capability: A computer based three position
tower simulator. Simulation system shall provide commonality and
adherence with established DoD policy for simulation systems. The
software must be user friendly, upgradeable to provide flexibility in
mission requirements and operate on a standard system hardware
configuration. The Air Traffic Control (ATC) Tower Simulators shall be
designed so that system expansion or future enhancements can be easily
incorporated without reengineering the hardware. 2. Capabilities
Required: a. Capable of a 360 degree representation of the base
airfield and environment as viewed from a control tower. b. Depict a
comprehensive database of selected US military and civilian aircraft.
c. Depict aircraft & vehicles identification at defined distances and
positions. d. Simulate military aircraft maneuvers, profiles and
speeds. e. All digitized two-way voice and data communications. f.
Process and display radar, airport, and weather information. Shall
depict all types of weather, including rapidly changing conditions,
that correlates with weather reports. g. Monitor and control radio
navigational aids and airfield lighting systems. h. The system must
accurately portray elements of time passage in regard to
day/dusk/night/dawn and the associated environmental lighting and
visibility limitations associated with each. i. Provide an ATC light
gun emulation. j. Provide flight strip emulation to include arriving
and departing aircraft. k. Emulate the Request and Acknowledge (RNA)
light system. l. Provide a binocular view accessible to each control
position. Binocular zoom must meet the requirement of 10 X 50 zoom with
an objective of having variable zoom capability without removing the
aircraft from it's position in the traffic pattern. m. Provide a
minimum capability of forty moving elements (aircraft and vehicular),
not including weather phenomenon, to maneuver along any point within
the field of vision(FOV). n. Provide synchronized audio and video
recording and playback ability. o. Provide the user with a scenario
generation and site generation graphics modification tool. The scenario
and site graphics tool shall be user friendly to permit local
adaptation by personnel with little or no computer knowledge. p.
Include speaker independent voice recognition technology. q. Include
the capability to interject and remove aircraft during active
scenarios. r. Pseudo pilot capable. s. Provide an imbedded computer
based student evaluation tool. t. Ability to train in a single position
stand-alone mode. 3. System Availability: The system must be available
for training at least 18 hours a day, 5 days a week. A 95% operational
availability is required. 4. Critical System Characteristics: The
system shall operate from existing power source and include a
surge/uninterrupted power supply system. 5. Integrated Logistics
Support: Logistics Support Analysis (LSA) shall be anintegral part of
the system engineering to effect development of logistics support, to
identify needed support resources. The contractor shall be able to
perform future modifications, hardware and software, on the training
devices and support equipment. The contractor shall perform
configuration management. a. Interim Contractor Support: The contractor
is responsible for hardware, software maintenance and parts for 2 years
after delivery. b. Maintenance Planning: The system design shall allow
for the use of Built-in-Test (BIT) and Built-in-Test Equipment (BITE)
permitting the isolation, removal and replacement of faulty Line
Replacement Units (LRUs). A capability to correct failures of hardware,
firmware, and software shall be required and in operation prior to
initial testing phase. An integrated USAF capability for hardware
maintenance shall be required. c. Human Systems Integration (HSI):
Training, training support, and training support materials shall be
developed and made available for use prior toacceptance. d. Contractor
shall make notification to the training flight and Ogden Program
Office of system upgrades, as they become available for the length the
contract. e. Recompetition Support Package will consist of: 1.
Contractor shall supply all hardware and configuration manuals to
include schematics prior to acceptance. 2. Contractor shall supply a
recommended list of spares, a monthly maintenance report and a monthly
utilization report(System availability and parts used). f. The systems
shall be year 2000 compliant. The vendor's proposal shall include items
as specified by FAR 52.212-1, Instruction to Offerors -- Commercial
Items. Addenda to 52.212-1 are as follows: Paragraph (a), The SIC is
3699 and small business size standard is 750 people; Paragraph (b)(4)
delete entire paragraph and replace with, "The technical proposal shall
be two part. The first part, SOO items 1 & 2 shall be presented to the
Government by means of an oral presentation A copy of oral
presentation slidesmust be submitted by the solicitation closing date.
No changes may be made to the presentation after submission. (i) Oral
presentation is two part. The first part shall be in a briefing format
and shall be done orally. Submission of video tapes or other forms of
media containing the presentation for evaluation is not authorized and
such technical proposals will be rejected. The second part shall be a
hands on demonstration of the simulator. The government will work the
three positions. Simulator demonstration must display the minimum
requirements as stated for the temporary unit. (ii) Location of
presentation shall be the offeror's facility or another agreed upon
location. Presentation location must accommodate a government team of
5 -- 7 people. A map of the presentation location must be submitted by
the closing date and time. (iii) Time allowed for the presentation is:
Contracting Officer Opening statements -- 30 minutes, technical
proposal to meet the Oral Presentation Technical Evaluation
Standards(presented in the order as numbered in the SOO) -- 105 minute
maximum, break -- 15 minutes, simulator demonstration -- 90 minute
maximum (time savings in one area may not be applied to another area),
Government caucus -- 180 minutes, Question & Answer period (if needed)
-- As required. (iv) Presentation scheduling will be done after the
solicitation closing date and time. Presentation order will be
determined by a drawing. The Government reserves the right to
reschedule a presentation at the discretion of the Contracting Officer.
(v) Documentation. The offeror shall provide each technical team member
with a hardcopy of the presentation slides. Slides must display
restrictive markings if applicable in accordance with FAR 52.215-12 &
15.413-1(c). The government will not accept for evaluation any
additional documentation (such as procedure manuals, administrative
handbooks, guides, promotional material, etc.) which may or may not
have been referenced during the presentation. (vi) The technical team
will video tape each Offerors presentation and will safeguard the tape
under FAR 3.104. Offerors may not record the presentation. One copy
may be obtained with the submission of a blank VHS tape. Second part of
the technical proposal, SOO items 3, 4 & 5 shall be in a written format
due at the solicitation closing date. The written proposal shall be
presented in the same order as listed in the SOO. The written proposal
shall not exceed 25 pages. Paragraph (b)(10) add at the end of the
paragraph, "Past performance information is due 12 Jan 98. Paragraph
(c) is changed to read 60 calendar days. All other items in FAR
52.212-1 remain unchanged. FAR 52.212-2 Evaluation -- Commercial Items
is applicable. The following factors will be used to evaluate offers:
Price, technical acceptability and past performance. Technically
acceptability will be based upon meeting all the objectives listed in
the SOO. All factors, when weighed individually, are considered equal
in proportion. Award will be based upon evaluated low price,
technically acceptable. Offerors must include a completed and signed
copy of the provision at FAR 52.212-3, Offeror Representation and
Certification -- Commercial Items with their proposal. FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable with the exception of FAR
52.219-14, 52.222-36, 52.225-9, 52.225-18, 52.225-19, 52.225-21,
52.239-1, 52.247-64, 52.222-41, 52.222-42, 52.22243, 52.222-44,
52.222-47. Questions may be submitted in writing no later than Jan 12,
1998. It is the Offerors responsibility to monitor this location for
the release of amendments (if any). This solicitation and other
information are found at website
http://www-contracting.aetc.af.mil/cgi-bin/commodities?contract=F41689
98RA045. Notice to Offerors: Funds are not presently available for this
project. No award will be made under this solicitation until funds are
available. The Government reserves the right to cancel this
solicitation, either before or after the closing date. (0363) Loren Data Corp. http://www.ld.com (SYN# 0138 19971231\69-0001.SOL)
69 - Training Aids and Devices Index Page
|
|