Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360

Directorate 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