Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 31,1997 PSA#2002

AETC 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