|
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 -- USAFE RANGELESS INTERIM TRAINING SYSTEM (URITS) PROGRAM SOL
F08626-98-R-0029 POC Stacey Hughes, Contracting Officer, 850-882-9391,
Ext 5066; Capt Scott Sullivan, Program Manager, 850-882-9391, Ext 5010
The Range Instrumentation Systems Program Office Integrated Product
Team (IPT), Aeronautical Systems Center (ASC), Eglin AFB, Florida,
plans to contract for a USAFE Rangeless Interim Training System (URITS)
capability consisting of a total of 64 Pods (16 of which must contain
inertial measurement units (IMU) and air data sensors (ADS) to be
compatible with either foreign or USAF non-1553 (A-10) data bus
aircraft) and 8 debriefing stations at 3 different locations.
Twenty-eight pods, of which eight shall be non-1553 data bus, and three
debriefing stations will be located at Lakenheath, UK. Twenty pods of
which eight shall be non-1553 data bus and three debriefing stations
will be located at Spangdahlem AB, GE, and sixteen pods and two
debriefing stations will be located at Aviano AB, IT. The URITS shall
meet the requirements specified in the Kadena Interim Training System
(KITS) System Requirements Document (SRD) and be maintained in
accordance with (IAW) the KITS Contractor Logistics Support (CLS)
Statement of Work (SOW) with the following exceptions: (1) the URITS
shall operate on frequencies previously approved for use on the North
Sea and Decimomannu Ranges in addition to the 225-400 MHz frequency
range, (2) the URITS shall support at least four simultaneous real-time
missile simulations launched from a single aircraft (to include four
simultaneous AIM-120 simulations) and up to 48 simultaneous missile
simulations among all participants. The voice kill/miss notification
for the shooter shall consist of participant identification (blue four,
for example) and kill/miss notification (kill or miss). Shot number in
the notification is not required, (3) full post-mission debriefing,
including at least four synchronized 8 mm tapes (HUD or radar display),
shall be available not later than 30 minutes from the start of
post-mission download, (4) as a minimum, maps for western continental
Europe, Great Britain, and Turkey shall be included in the system
baseline, (5) ninety percent of the pods assigned to each base shall be
operationally capable and available for flight to support a 12 hour
flying day, five days per week, 50 weeks per year, and (6) USAFE will
use Air Force personnel to upload/download the pods from the aircraft.
The Government requires a capability of 24 pods and three debriefing
stations in place NLT the first quarter of FY 99 with all locations
fully supplied NLT May 1999. The URITS 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 will be a
Firm Fixed Price (FFP) lease arrangement. 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)
production of a previously proven and operational rangeless ACTS to
include both pods and ground debriefing subsystems (hardware and
software) to meet the required initial operational need date of FY 99/1
and the total delivery requirements NLT May 1999, (2) field and depot
level CLS experience on a complete operational rangeless ACTS or
similar type system, and (3) facilities and personnel to handle and
store classified information at the SECRET/NOFORN level. Respondents to
this notice will not be notified of the evaluation results 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 URITS 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 Capt. Scott Sullivan, Program Manager, (850)
882-9391, Ext. 5010, 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. RFP release is anticipated in early
July 1998. Contract award is planned for no later than October 1998.
(0079) Loren Data Corp. http://www.ld.com (SYN# 0243 19980324\69-0003.SOL)
69 - Training Aids and Devices Index Page
|
|