Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#2058

Aeronautical Systems Center, ASC/WMRK, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808

69 -- ALPENA KADENA INTERIM TRAINING SYSTEM (AKITS) PROGRAM SOL F08626-98-R-0025 POC Stacey Hughes, Contracting Officer, 850-882-9391, Ext 5066; Melinda Watts, Program Manager, 850-9391, Ext 5060 The Range Instrumentation Systems Program Office Integrated Product Team (IPT), Aeronautical Systems Center (ASC), Eglin AFB, Florida, plans to contract for one Kadena Debriefing System (KDS) with an option for one additional system and for one year of Interim Contractor Support (ICS) with an option for an additional year. The KDS and ICS in conjunction with 14 Kadena Airborne Instrumentation (KAI) pods already being acquired and the addition of a limited live monitor capability will provide Alpena MI with an interim capability known as Alpena KITS (AKITS). The basic effort and installation of this KDS and ICS for AKITS is planned for the Combat Readiness Training Center (CRTC) located in Alpena Michigan. The overall program objective is to provide a capability for users to conduct air-to-air training exercises, limited live monitor, and post-mission debriefings of aircrew/aircraft/simulated weapon performance. Limited live-monitor will allow real-time ground based monitoring of high activity aircraft (HAA) time space position information (TSPI) and real-time-kill symbology through radio frequency (RF) connectivity between HAA and Alpena ground components. It also provides for voice communication between the range training officer (RTO) and participant aircraft involved in training and test activities. The current KITS pre-and post-mission implementation uses a desktop computer as a server unit which provides a data interface between the KAI pods and the KDS. This server unit is used to program the data transfer devices (DTDs) which are used to store mission data in the KAI. It is also used to download recorded mission data and merge all participants' data into a file which can be used by the KDS to provide post-mission display and debrief as required by the original contract. The software which performs this function in the KAI and server unit, as well as the software in the KDS, is proprietary to Cubic Defense Systems, San Diego, CA. The Government requires this capability immediately, but not later than30 Sep 98. This task requires current understanding of the KAI and server functions, KDS hardware and software design and interfaces, and of the format of the merged KITS data files. Since no research and development funds are available, the Government requires certain capabilities that have been proven to meet KDS and limited live monitor requirements. To reduce risk, the KDS and limited live monitor design should make maximum use of commercial off-the-shelf and/or non-developmental items. An Air Combat Training System (ACTS) technical library and other relevant technical information is available. Eligibility to receive solicitations and access to the technical library is restricted to qualified U.S. contractors who have registered with, and are certified for access to DOD Scientific and Technical Information (STINFO) and export controlled information by the United States/Canada Joint Certification Office, Defense Logistics Service Center, Battle Creek, MI 49016-3412, 1-800-352-3572. Certification is accomplished using DD Form 2345, Military Critical Technical Data Agreement. A Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages must be completed by each offeror and returned to ASC/WMRK prior to being granted access to the Air Force technical library. A 24 hour limitation for loan of any software or documentation for potential use in preparing for this acquisition has been established. You may contact Mr. Paul Carmean, SEMCOR, Inc., 368 Adams Avenue, Valparaiso FL 32580, (850) 678-7887, for information concerning the technical library or regarding STINFO certification and software release approval. The anticipated contract type is Firm Fixed Price (FFP) for one KDS, limited live monitor capability, and one year of ICS on the instant contract with an option for an additional KDS and one option year of ICS. Information associated with this program may be classified up to, and including, SECRET/NOFORN. The contractor's software capability and computer hardware system must be accreditable in accordance with current USAF computer security policies. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). Interested firms should submit a Statement of Capability (SOC) within 15 days of this announcement. Submit the SOC to Ms. Stacey Hughes, ASC/WMRK, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808. The SOC must include, but is not limited to, successful experience or capability as a prime contractor in: (1) integration of Government-provided software (terrain databases) into contractor proprietary software, (2) the selection, integration, and testing of commercial-off-the-shelf hardware and contractor modified proprietary software for a KITS, or similar applications NLT 30 Sept 98, (3) field and depot level ICS experience on a complete ACTS (including KAI pods) system or similar type system, (4) the management and testing of a complete ACTS or similar type system, and (5) facilities and personnel to handle and store classified information at the SECRET/NOFORN level. Respondents to this notice will not be notified of the results of the evaluation of information submitted. After the SOCs have been screened, any draft or final solicitations will be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the capability to successfully fill the KDS/ICS program requirements. Firms responding to this synopsis should state whether or not they are a small business concern or a small disadvantaged business concern as defined in Federal Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. Direct all requests for solicitations and routine communication concerning this acquisition to Ms. Stacey Hughes, Contracting Officer, (850) 882-9391, Ext. 5066 or Mr. Elmer Bonnell, (850) 882-9391, Ext 5061, for contracting matters, and Ms. Melinda Watts, Program Manager, (850) 882-9391, Ext. 5060, for technical matters. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will 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. Interested parties are invited to call Col Timothy R. Kinney, at (850) 882-9051. Only qualified U.S. contractors who have registered with and are certified by the Defense Logistics Service Center, Battle Creek, MI 49016-3212, telephone (800) 352-3572 are eligible to receive the request for proposal (RFP). Certification must consist of a completed DD Form 2345. A Request for Proposal (RFP) will be provided through our designated web-site. Contract award is planned for no later than Aug 98. See Note 26. (0079)

Loren Data Corp. http://www.ld.com (SYN# 0242 19980324\69-0002.SOL)


69 - Training Aids and Devices Index Page