|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 R -- T25 SECT/T45 UNTS SOL F42630-99-R-AAAAU POC For copy, Kerry
Wayne/Likt/[801]775-2097, For additional information contact Kerry
Wayne/Likt/[801]775-2097 WEB: Click here to obtain/view solicitation.,
http://sourcesought/sshp.htm. E-MAIL: Click Here to E-mail Buyer*****,
Kerry.Wayne@hill.Af.Mil. This is a sources sought synopsis is to help
identify potential contractors with the capability to accomplish the
effort on this T25/T45 recompetition. The Government intends to award
a contract to support the T25 Simulator for Electronic Combat Training
(SECT) and T45 Undergraduate Navigation Training System (UNTS) located
at Randolph AFB TX. The T25/T45 programs will consist of Contractor
Logistic Support (CLS); operation of a Training System Support Center
(TSSC); and a potential requirement for future modifications to the
systems. The CLS minimum requirements are: 1. The contractor shall
provide CLS personnel necessary to provide the operation, maintenance
and logistics support of the T45 UNTS, T25 SECT, T25 TSSC, T45 TSSC,
and all associated equipment. a. The contractor shall provide
Contractor Maintenance Technicians (CMTs). b. The CMTs shall perform
total maintenance and logistics support on the T25 SECT, T45 UNTS, and
components; including tests, alignments, and calibrations required by
Simulator Certification (SIMCERT). c. The contractor shall be required
to maintain the T25 SECT and T45 UNTS to assure a 98% mission
availability. d. The contractor shall maintain a Quality Assurance
Program in accordance with ISO 9001 (using ISO 9000-3 as a guideline
for software) or equivalent. Third party certification is not required.
2. The contractor shall provide personnel necessary to provide
Contractor Console Operators (CCOs) for the T45 UNTS. The CCOs must
have the ability to provide an interchange of communicative inputs and
responses from the aircrew/Instructor Navigator (IN) requests. Also
they shall have sufficient knowledge of the T45 to perform mechanical
and verbal inputs in accordance with the current Instructor/Operator
handbook. 3. The contractor shall perform total maintenance of the
Recompetition Support Package (RSP), which includes spares, support
equipment and technical documentation, and maintain all items in a
serviceable condition. 4. The contractor shall maintain an Air Force
Technical Order Library as appropriate and update and maintain
Technical Manuals and Technical Data for both devices. In addition to
the CLS effort, the contractor shall operate the TSSC. The TSSC minimum
requirements are: 1. The contractor shall provide TSSC personnel fully
qualified in the operations of the TSSC and related system operation
in support of the T25 SECT and T45 UNTS complexes. a. Software and
hardware engineers that are capable of doing basic and creative
engineering work. Senior engineers shall have extensive experience with
programming languages such as C++, Ada, and language found in the
T45/T25 trainers. Senior Engineers shall have five (5) or more years of
experience. Junior engineers shall have a minimum of two (2) years
experience. 2. The contractor shall design, develop, modify,
distribute, test and implement changes to the hardware and software
product baseline as directed by the government. 3. The contractor shall
maintain, configuration manage, correct latent deficiencies, develop
changes, test, and incorporate changes into mission software, network
software, and other software. a. Maintain software media in an operable
condition. b. Configuration manage the software items. c. The
contractor shall perform status accounting functions that provide
visibility into the product baseline throughout its life cycle. 4.
Unique to the T25 TSSC are the following items: a. T25 TSSC personnel
shall have extensive knowledge of Red, Blue, and Gray air defense
radar's, Integrated Air Defense Systems (IADS), and the operation of
Electronic Warfare (EW) systems such as Radar Warning Receivers and
Electronic Countermeasures (ECM) systems. Significant experience in the
use of the Electronic Warfare Integrated Reprogramming Database (EWIR
DB), ELINT Parameters Limits (EPL), etc., and EW concepts and
terminology is required. EW system test experience and military aircrew
experience is highly desired. Programming with boolean logic, computer
programming, and debugging experience is required. A SECRET security
clearanceis required. b. The contractor shall be able to generate new
missions as required. c. The contractor shall be able to complete
changes to mission software within 3 days. d. The contractor shall be
able to generate new generic EW equipment and EW suites for T25 within
60 days. e. The contractor shall maintain, configuration manage,
correct latent deficiencies, develop changes, and incorporate changes
to the Jammer, Artillery, Radar, Missiles (JARMs) database and all T25
EW equipment with Electronic Identification (EID) tables. There are
future modifications that will require fully qualified personnel to
design, develop, modify, distribute, test and implement changes to the
product baseline, the TSSC, and related system operations.
Modifications to the T25 may include adding student stations, an
instructor console, and replacing existing computers with a PC based
system. This contract is anticipated to be awarded by 1 Jul 00. The
Government is interested in determining market interest, and business
capability for this acquisition. Interested businesses are requested to
submit the following information within thirty (30) days of this
notice. Keep responses short and concise without marketing brochures:
1. Are you a large, small or small disadvantaged business? 2. Provide
your prior experience on CLS type contracts. 3. Provide your prior
experience working with Electronic Warfare. 4. Are you familiar with
the T45 trainers? 5. Provide your experience working in a TSSC
environment. Information contained in this synopsis is for planning
purposes only. It does not constitute an invitation for sealed bid or
request for proposals, nor is it to be construed as a commitment by the
Government. The Government plans to meet with industry to discuss the
requirement and receive early industry input. The date, time, and place
for this meeting as well as information about this requirement will be
posted on the Website located at: All future updates, information etc
will also be posted on this website. Only this notice and the official
synopses will be posted in the CBD. Potential offerors may express
interest, make comments, and ask questions via electronic mail to the
contracting officer, Kerry Wayne, at kerry.wayne@hill.af.mil. All
questions must be identified by company source, contact person and
phone number. For additional information contact Kerry Wayne at (801)
775-2097. Electronic procedure will be used for this solicitation. See
our Web page. Posted 06/02/99 (I-SN338141). (0153) Loren Data Corp. http://www.ld.com (SYN# 0094 19990604\R-0018.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|