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