|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#206956 Contracting Squadron, 14100 W Eagle Street, Luke AFB, AZ 85309-1217 70 -- SOFTWARE, UPGRADE FOR F-15E INTEGRATED AVIONICS TRAINER SOL
F0260498Q0315 DUE 041598 POC Julia Schmitz (602) 856-6348 X237 E-MAIL:
click here to contact Julia Schmitz via e-mail,
schmitzj@lukgate1.luk.aetc.af.mil. This is a combined
synopsis/solicitation for commericial items prepared in accordance with
the format in Subpart 12.6 as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This solicitation is issued as a request for
quotation (RFQ). This solicitation document, incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-3. This acquisition is unrestricted; SIC: 7371; size Std.: $18
Million. All responsible sources may submit a proposal which shall be
considered. Contract Line Item (Clin) 0001; Quantity: One (1); Unit of
Issue: Each; Description of Supplies/Services: MINIMUM NEEDS OF THE
GOVERNMENT. SCOPE AND PURPOSE: The services and the deliverable data
that are required to support the F-15E Integrated Avionics Trainer
(IAT) located at the Training Systems Center (TSC), Luke AFB, AZ and
two at Seymour Johnson AFB. Contractor services shall consist of
effects necessary to satisfy requirements defined herein, and to
deliver to the government, all deliverables as identified in the
Deliverable Data section of this document by 30 June 1998 or before.
The purpose is to provide deliverables as defined in the Deliverable
Data section of this document, and specialized contractor services as
are required to support the IAT as follows: Update the current F-15E
IAT Programmable Armament Control Set (PACS) conventional simulation
software (Version 9.0) to the equivalent level of the F-15E aircraft
convention PACS (Version 10.0). This update as a minimum must include
all software functions observable by the pilot, detectable by any of
the other Operation Flight Plans (OFP's), and provide simulator unique
functions which may be effected by the new software version. Nuclear
capabilities will not be included in the PACS conventional software.
Provide a software interface between the updated PACS and current OFP
software in the IAT. The interface software must as a minimum ensure
that the PACS software receives all necessary inputs and outputs which
are used by the other OFP modules in the IAT; Provide investi- gation
and resolution of any deficiencies as necessary; Provide technical
coordination and maintain a close liason with software personnel at TSC
until completion of testing and acceptance. This is to include
coordination between contractor and the government on modifications
made to existing software modules (units); Performance: Contractor will
coordinate with the government for approval on any changes to system
performance, structure of the existing architecture, or the spirit of
the original software during the initial design stage of software
development. GENERAL: The function of the IAT is to provide syllabus
transition and re-qualification training in the following: Avionics;
A/A Radar; A/G Radar; LANTRIN; TEWS; Target IR; HUD Integration; TSD;
Basic Navigation; Weapons Management; Switchology; and image
interpretation. Government Furnished Data: All existing Suite II
software source code from the F-15E IAT at Luke AFB will be provided.
All software remains property of the Gov't. and will not be
redistributed. Contractor requirements: The development of all required
software will be at the contractors location. The contractor will
produce, deliver, install and integrate software into the F-15E IAT in
the form of Borland Pascal software Code to intergrate into the
existing software that drives the trainer at Luke AFB,AZ. Travel cost
from contractors site to Luke AFB and return must be included in
contract cost. Contractor will be responsible for any updates and or
corrections as necessary to insure all operations are at a minimum 90%
(nuclear not included) compatible with the PACS (Verstion 10.0)
software in the F-15E aircraft. Deliverable Data: Compiled and linkable
Borland Pascal 7.0 Protected mode files without runtime errors and
compatible with the government developed run time modules. All source
code and object code of new and changedfiles or modules becomes
property of the U.S. Gov't. Some modifications to existing government
modules will be necessary to integrate the PACS modules with the IAT
programs. These must be made with government coordination and conform
to existing configuration management controls. Security: All
deliverable software must be unclassified. Desired delivery: 30 Days
after receipt of award. FOB: Luke AFB, AZ. To be technically
acceptable, offeror must demonstrate that the item offered satisifies
the descriptive requirements specified here. Proposals offering items
other than the suggested manufacture shall be accompanied by
descriptive literature. The provisions at FAR 52.212-1,Instructions to
Offerors -- Commercial Items applies to this solicitation. Offerors
shall include with the submission of their offer, a completed copy of
the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Comercial Items applies to this acquisition. The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items applies to
this acquisition with addenda incorporating FAR
clauses(s)52.222-26,Equal Opportunity;52.222-35, Affirmative Action for
Special Disabled and Vietnam ERA Veterans; 52.222-36, Affirmative
Action for Handicapped Workers. The clause at DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive orders Applicable to Defense Acquisitions of Commercial items
applies to this solicitation with addenda incorporating DFARS clause(s)
252.225-7001, Buy American Act and Balance of Payment Program. Offers
shall be submitted in writing and received not later than 4:30PM local
time, April 15, 1998. Direct any questions or concerns to Julia
Schmitz at (602) 856-6348 X237. Arizona does not observed daylight
savings time. (0093) Loren Data Corp. http://www.ld.com (SYN# 0229 19980408\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|