Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607

ASC/YWMB Attn: Dan Pennington 2240 B Street RM 231 WPAFB, OH, 45433

69 -- TOWER SIMULATION SYSTEM SOL TSS DUE 063000 POC Dan Pennington,(937) 255-7288 ext. 437 WEB: TSS-Tower Simulation System, http://www.pixs.wpafb.af.mil/pixslibr/TSS/TSS.asp. E-MAIL: Dan.Pennington@wpafb.af.mil, Dan.Pennington@wpafb.af.mil. Background "USAF/Aeronautical Systems Center, Training Systems Product Group, ASC/YWMB, is seeking comments to the Preliminary User Requirements for the USAF Air Traffic Control (ATC) Tower Simulation System (TSS), 15 Mar 00, located on the Pre-award Information Exchange System (PIXS) http://www.pixs.wpafb.af.mil/pixslibr/tss/tss.asp. We intend to utilize the PIXS as the primary means of timely communications on the TSS program. ASC/YWMB is investigating the possibility of procuring approximately 100 TSS Systems in fiscal years 2003 through 2007. Development efforts, if required, will be conducted in fiscal years 2002 and 2003. The Air Force operates approximately 95 control towers globally, not including the 18 facilities presently operated by the Air Force Reserve (AFRES) and Air National Guard (ANG), in support of both civilian and military air operations. The towers are located where mission requirements dictate. These military ATC facilities support training and maintenance of a cadre of proficient tower controllers for worldwide deployment in support of national interests. There are no automated training capabilities available for individual control tower facility training programs to provide initial and proficiency training, therefore, controller training depends strictly upon live air traffic. The Air Force Flight Standards Agency is designated the lead USAF agency for this program. As providers of ATC tower services to both military and civilian aviation at USAF locations worldwide, USAF is required to meet national standards for air traffic services established by the Federal Aviation Administration (FAA) and the International Civil Aviation Organization (ICAO). USAF currently provides these services to a variety of aircraft in varying airspace complexities depending on location and USAF mission requirements. The evolving Air Force mission and the advent of composite wings have placed additional stress on the ATC training environment. To ensure USAF ATC towers safely and expeditiously move aircraft to, from, and through their designated airspace, they must have the capability to provide realistic air traffic simulation. This simulation will provide tower controllers the tools to improve situational awareness, decision making, effective communication, and workload management that encompass the core curriculum of the Air Force crew resource management program. Simulation exercises will ensure all tower controllers have the means to meet new training requirements and remain at a competent level of proficiency that cannot be attained with live traffic. This simulation device should provide interaction with other government simulation devices. The system must provide timely controller information and support necessary to accomplish safe separation requirements between aircraft, obstacles, provide visually verifiable weather conditions, and accomplish expeditious and positive control of air traffic in a military control tower environment. Responses to this RFI should include the following: (1) Any commentsor questions to the Preliminary User Requirements (2) Please state if there are any commercial items that can meet the Preliminary User Requirements (3) How the Preliminary User Requirements may be modified somewhat in order to use an existing commercial item (4) Please state if there are any nondevelopmental items that (a) Can meet the Preliminary User Requirements (b) Could be modified to meet the Preliminary User Requirements (c) Could meet our Preliminary User Requirements if those requirements were modified somewhat (d) If there are any nondevelopmental items that could be incorporated at the component level (5) Brochures and/or other marketing material provided to civilian/commercial customers for the same or similar simulation system that you're offering in response to this RFI (6) Reliability data [e.g. Mean Time Between Failure (MTBF), Mean Time To Repair (MTTR), etc] for existing systems (7) Information on basic and extended warranty coverage currently available (8) If your product has been officially fielded by a Government organization, participated in an operational exercise, and/or participated in a Government sponsored experiment, provide a copy of (or identify) any formal documentation that describes how your product was used and how it performed (9) Recommended logistics and maintenance approaches for your product during acquisition and sustainment (10) Indicate any additional functionality not in the Preliminary User Requirements that your product provides that you believe would be beneficial to the TSS mission (11) Delivery schedule for your existing product (12) If a development program is required, please provide an estimated length of a development program (13) Estimated software development necessary to support TSS requirements and proposed growth plan (14) TSS Software life cycle approach(s) The RFI packages are due to Mr. Dan Pennington at the below address no later than 30 Jun 00. Please provide three copies of any paper products. Software copies may be delivered along with the paper copies. Please refer any questions regarding this RFI to Mr. Dan Pennington. Informal phone calls, faxes, or e-mails are encouraged if heading checks are desired before preparation of a more formal response. Mr. Pennington's phone number, fax number, and e-mail is: phone: (937) 255-7288 ext. 437, fax: (937) 656-7670, e-mail: Dan.Pennington@wpafb.af.mil ASC/YWMB ATTN: Mr. Dan Pennington 2240 B Street RM 231 WPAFB, OH 45433-7111 The Government plans to hold one-on-one Industry days 11, 13, and 14 Jul 00 at Wright-Patterson AFB to discuss the above information requested in the RFI. No Industry day will be held on 12 Jul 00. Two hours will be scheduled for each contractor. It is requested that only prime contractors schedule a one-on-one meeting. Discussion will be limited to the information requested in this RFI. Since the Government is in the early stages of the acquisition process, we will not be able to answer any questions regarding acquisition strategy or acquisition schedules. Please contact Mr. Dan Pennington to schedule a one-on-one meeting. In accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997), the Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. The information received under this RFI will not obligate the Government in any manner. The Government is in the early stages of the acquisition process and is conducting market research to refine our requirements and acquisition strategy. If the Government goes forward with this acquisition, there is the possibility that depending upon the acquisition strategy chosen that respondents to this solicitation may not receive the opportunity to bid on this program. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Stephen Plaisted, ASC/SY, at (937) 255-9005. Routine communication concerning this acquisition should be directed Mr. Dan Pennington. " Posted 05/22/00 (D-SN457367). (0143)

Loren Data Corp. http://www.ld.com (SYN# 0301 20000524\69-0003.SOL)


69 - Training Aids and Devices Index Page