Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103

17 -- AIR FORCE TERMINAL INSTRUMENT PROCEDURES-REPLACEMENT (AFTERPS-R) POC Mr. David H. Hawkins, Contracting Officer, 781-377-9220; 1st Lt. Chris Kay, Contract Negotiator, 781-377-9303 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, christopher.kay@hanscom.af.mil. THIS IS A REQUEST FOR INFORMATION NOT A SOLICITATION. The Global Air Traffic Operations Mobility Command and Control (GATO/MC2) Systems Program Office (SPO) is currently in the process of estimating the cost and requirements for the AFTERPS-R program. Due to the addition of FAA requirements, the previous estimates for the AFTERPS-R program are out of date. ESC/GA is requesting information from industry in support of the AFTERPS-R Program. This is a Request for Information (RFI) only. It is not a Request for Proposal, or solicitation, or an indication that the government will contract for these supplies. The government will not pay for information received in response to this RFI. This RFI is issued for the purpose of developing a current cost estimate of the AFTERPS-R program. We request that interested companies submit a Rough Order of Magnitude (ROM) package of their proposed solutions to this program. Contractor submissions should address the questions provided below. GROUND RULES AND ASSUMPTIONS: Please base your RFI responses and ROM development on the following ground rules and assumptions: 1. Program Schedule, Development Phase -- Contract award through FY01; Production Phase in FY02; Sustainment Phase in FY03-06. 2. Quantity 400 host platforms to receive/use AFTERPS-R. 3. Technical, Base responses on the AFTERPS-R Statement of Objectives (SOO) dated 7 March 2000 and the Requirements Correlation Matrix (RCM) dated 3 March 2000. Both documents may be found at www.herbb.hanscom.af.mil/. 4. Costs, Provide ROM estimates in Current Year (2000) dollars in thousands, rounded to nearest dollar. SOFTWARE ARCHITECTURE: Describe your anticipated software architecture to satisfy the AFTERPS-R system requirements. The following elements will assist the Government in understanding your proposed system: 1. Foundation Software (e.g. database management functions). 2. Earth, terrain and surface modeling and projections. 3. Instrument procedure design criteria, including new development to meet the requirements inthe RCM. 4. Criteria lookup tables. 5. Other algorithms/calculations. 6. User interfaces. 7. On-line help and cross-referenced documents. 8. Input and output. SOFTWARE DEVELOPMENT/TESTING: Software Development: Given the current status of your software, identify the remaining effort and ROM estimates associated with fully meeting AFTERPS-R system requirements. Briefly describe your ROM assumptions -- i.e. Estimated labor hours/months, software productivity per month/person, analogy to similar effort, etc. If labor manmonths are identified, please identify your assumed labor hours per month per person. Please provide the average fully burdened labor rate assumed for your ROM labor estimate. Finally, please describe your assumed development team skills -- i.e. Experts on your system and AFTERPS-R type design work, a mix, average, etc. Test: What software and documentation (beyond that provided under Government Purpose License Rights) will the government need in order to perform independent validation testing subsequent to each contractor test event? Additionally, what equipment is required by the Government to perform the testing? AFTERPS-R ACQUISITION APPROACH QUESTIONS: The Government's current approach is to acquire AFTERPS-R with government purpose license rights to provide access to appropriate source code which allows the Government to do any or all of the following: 1. Conduct independent validation test, 2. Follow-on sustainment for system maintenance, and/or 3. allow the Government to make copies for its own use. Relative to the design you're proposing what would the government get under Government Purpose Rights? What is not available? Can the Government purchase rights to source code not developed under AFTERPS-R? If yes, at what cost? If we cannot purchase source code, can we have access to the source code for analysis purposes? What are the costs involved and how would they be structured -- i.e. General purpose, test and/or usage licenses? Additionally, given your responses for the development phase, what software costs would the government incur for usage in the production phase? A diagram showing your software architecture and which parts would be available for Government Purpose License Rights purchase would be very helpful. SOFTWARE MAINTENANCE: Describe your software maintenance concept with associated ROM estimates on an annual basis. POINT OF CONTACT: The RFI submissions are due to Mr. David H. Hawkins no later than twenty (20) days from publication of this announcement. RFI submissions shall be delivered in paper copies; software copies may be delivered along with the paper copies. Due to schedule considerations, submissions received after twenty (20) days from this announcement may not be considered. All correspondence relating to this matter should be directed to ESC/GAK, Attn: Mr. David H. Hawkins, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103. Please refer any questions regarding this RFI to Lt. Chris Kay, 781-377-9303, christopher.kay@hanscom.af.mil, or Mr. David H. Hawkins, 781-377-9220, david.hawkins@hanscom.af.mil. Note: This information is available on Hanscom's Acquisition Web Page at www.herbb.hanscom.af.mil. An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. Posted 03/13/00 (D-SN433771). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0146 20000315\17-0002.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page