Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1999 PSA#2342

United States Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6862

69 -- 69-ALPENA SYSTEM PODS SOL Reference-Number-F08626-98-C-0025-PODS POC Janice Beckett, Contracting Officer, Phone (850)882-9391 ext 5058, Fax (850)882-3130, Email becke@eglin.af.mil -- Dana Sillars, Contract Specialist, Phone (850)882-9391 ext 5048, Fax (850)882-3130, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=Reference-Num ber-F08626-98-C-0025-PODS&LocID=1182. E-MAIL: Janice Beckett, becke@eglin.af.mil. Notice of Contract Action. The Range Instrumentation Systems Program Office (RISPO), Air Armament Center (AAC), Eglin AFB, Florida, plans to award a sole-source, firm fixed price modification to contract No. F08626-98-C-0025, which acquired the Alpena Kadena Interim Training System (AKITS), installed at the Combat Readiness Training Center (CRTC) located in Alpena, Michigan. A sole-source, Firm Fixed Price (FFP) award to Cubic Defense Systems, 9333 Balboa Avenue, San Diego, CA 92138-5587, is anticipated. Cubic Defense System (CDS) is the only qualified source to perform this effort. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.3. CDS is uniquely capable of performing this task through their direct experience with development, integration, production, deployment, and CLS of the proprietary Kadena Interim Training System (KITS) currently in operation at Kadena AB, Japan, and the proprietary AKITS system currently in operation at Alpena CRTC, MI. The increase in effort will include the acquisition of ten (10) pods with supportability and a time-to-time option for the acquisition of five to not-more-than ten (5-10) additional pods. The 10 pods must be delivered by 02 November 1999 to support operational training exercises that will require their use. The 10 pods shall have all capabilities of the fielded pods (Nomenclature AN/ASQ-T34) at Alpena CRTC. The effort shall include pod-to-pod communications that are compatible with the existing pod-to-pod data link; communication with existing AKITS Kadena Display and Debriefing Station (KDDS) displaying 24 pods via the Limited Live Monitor tower; and Data Transfer Devices (DTDs) that can be used by existing ground instrumentation to merge data from the new pods with data from existing AN/ASQ-T34 (Type I) pods for seamless, integrated debriefings. The 10 pods shall also have a capability not available with existing Alpena CRTC pods, that is, the capability to interface and operate with A-10 aircraft and other combat aircraft that do not have a 1553 bus. Pods with these capabilities, designated Type II KITS pods by Cubic Defense Systems, Inc., are available as nondevelopmental, off-the-shelf items. For the 5-10 pod option, the contractor will be asked to price both the existing Alpena CRTC pods (Type I) and the Type II pods being acquired under the basic part of this effort. The option may be exercised at contract award. No additional ground system hardware or software will be procured. This contractual effort will not include any major software modifications. Prior to award of this proposed contract modification, internal Government coordination will include agreement that this acquisition conforms with congressional guidance regarding the conduct of the LATR/KITS versus JTCTS technical evaluation. The Alpena CRTC pods process classified data up to and including SECRET NOFORN. The Government possesses neither the documentation required to fabricate Alpena CRTC pods, nor sufficient funds to allow acquisition or development of that documentation. Additionally, the Government does not own the compilable source code for the Alpena CRTC pod processors, and it is very unlikely that another contractor could reverse-engineer the system within the available time and funding constraints. However, firms who feel that they have the capability to accomplish this effort may submit a Statement of Capability (SOC). The SOC must describe the approach to be taken that, without any modification to the ground hardware and software, would provide the commonality, compatibility, and supportability required for a seamless operational impact. Specifically, the SOC must include a detailed explanation of a cost-effective approach for ensuring that the additional pods operate with existing Alpena CRTC pods and existing KDDS units (including limited-live-monitor functionality). The SOC must also describe a cost-effective approach for logistic support of the additional pods with the existing pod shop equipment and operational maintenance manuals so that there is not a requirement to maintain two (2) different versions of the pod documentation and test hardware for O&M support. Lastly, the SOC shall document experience and demonstrated capabilities to successfully and cost-effectively execute this system upgrade effort. Submit the SOC to Ms. Janice R. Beckett, AAC/WMRK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808, not later than 30 days from publication in the CBD. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). 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. Comments relative to this scope expansion should be addressed to Ms. Janice R. Beckett in writing no later than 30 days from the date this announcement is issued. Responding companies will not be notified directly of the Government's evaluation of these comments. Direct all requests for routine communication concerning this acquisition to Ms. Janice R. Beckett, (850) 882-9391, Ext. 5058 for contracting matters. Contact Mrs. Melinda H. Watts, Program Manager, (850) 882-9391, ext. 5060 for technical matters. NO COLLECT CALLS. Col. Christopher Caravello has been appointed as Ombudsman to hear concerns from offerors or potential offerors during the proposal development. The existence of the Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. The Ombudsman does not participate in the evaluation of Statements of Capabilities or in the source selection process and, therefore, for routine contracting matters on individual solicitations, please contact Ms. Janice R. Beckett, (850) 882-9391, ext. 5058. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Col Christopher Caravello, AAC/CV, can be reached at (850) 882-0662, E-mail address: caravell@elgin.af.mil.. See Numbered Notes 22 and 26***** Posted 05/06/99 (D-SN328682). (0126)

Loren Data Corp. http://www.ld.com (SYN# 0344 19990510\69-0001.SOL)


69 - Training Aids and Devices Index Page