Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069

56 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