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 -- 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