Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610

Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315

70 -- GENESIS FLIGHT SIMULATOR UPGRADE SOL F05611-00-Q-0621 DUE 060600 POC Sherry Pittinger, Contracting Officer, Phone (719) 333-4908, Fax (719) 333-4404, Email sherry.pittinger@usafa.af.mil -- Dana Kurtz, Contracting Specialist, Phone (719) 333-4986, Fax (719) 333-4404, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F05611-00-Q-0 621&LocID=479. E-MAIL: Sherry Pittinger, sherry.pittinger@usafa.af.mil. 17. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written statement will not be issued. (ii) This solicitation, F05611-00-T-0621, is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is a sole source procurement of the upgrade of the existing system. (iv) The proposed solicitation listed here is set aside 100 percent for small business. The Standard Industrial Classification number is 8734 and the Business size standard is $5,000,000 in annual sales. Requestors must state their business size on each quote. (v) Description: This is to upgrade and not for replacement of the two existing Genesis Flight simulators hardware and software at the Air Force Academy in Colorado Springs, Colorado. This requires the re-hosting of proprietary software to a new computer platform and operating system. Presently the math model is hosted on a 286/386 computer using the DOS 3.0 operating system. The contractor shall re-host the software onto the Pentium family of processors on a PC running the NT operating system. The systems should be at least Pentium III computers with 450 MHz processing speed, 128 MB memory, and 10 GB hard drives. Also update the software code that is written primarily in C. Additionally, the older architecture has the visual system as an integral part of the computer that hosts the math model, and data is passed via a proprietary device called a _shared memory card_. The new system shall transfer data to a separate computer for the visual system to accomplish the out-the-window (OTW) and instrument displays. Another requirement is the implementation of the fly-by-wire feature. Presently a Xanalog application software package provides the system with the fly-by-wire feature. The system allows the operator to design a fly-by-wire algorithm and then generates software for the math model to accept. Once accepted by the software, the simulator pilot flies the simulator according to the software developed from the algorithm. The upgraded system shall use MATLAB owned by the Government to generate a variety on control algorithms. The code shall be generated separate from the Genesis and then ported to the math model. The contractor shall be responsible for fully integrating MATLAB control laws into the equations of motion and to develop appropriate user-friendly interfaces. The cockpit shall be modified to remove the existing monitor console and replace it with the newer version that allows for connecting the OTW display for use with a projector. Additionally, the new design shall allow for the visual and math computers to be mounted within the console. This feature allows for the Integrated Processing Unit (IPU) to be eliminated. The analog to digital converter presently located under the seat shall be replaced. The replacement device shall be a programmable logic controller. This device shall connect to the math computer to provide a digital data stream representing the simulation pilots_ interaction with the simulator input devices. The upgrade shall maintain the existing display capability. In addition it must provide a user-friendly interface for connection to the existing overhead video projection system in room 114 of the Aeronautics Laboratory. The projection system is a Polaroid LCD Model 211E. 4.0 Overall requirements 1. The software source code shall be accessible to the user. 2. Operation and maintenance manuals shall be updated if operating procedures are changed. 3. Component parts shall be identified with vendor part numbers and vendor addresses. 4. Stability and control derivatives and aircraft constants shall be easily accessed and changed (within 15 seconds). 5. Initial flight conditions shall be easily set and changed between runs. 6. The ability to build and store variety of aircraft shall be provided. 7. The update rate for the equations of motion (EOM) shall be high enough to eliminate perceived computational lags by the pilot. 8. Time history plots of key parameters shall be obtained easily. 9. An _outside visual_ feature to look at the aircraft from behind, the side, and the top shall be provided. 10. Student designed control laws shall be easily incorporated and flown. 11. The EOMs shall be documented in the manual with all terms included and the numerical integration technique. 12. An error function for tracking tasks shall be provided. 13. Crash fault indications (ie the aircraft has crashed due to_) shall be provided. 14. The CPU shall be capable of being maintained and trouble shot by Government technicians. 15. The new hardware shall be commercial-off-the-shelf Pentium computers with the Windows NT operating system. The Government shall pay to ship the device to the contractor facility. (vi) CLIN 0001 Quantity 1, Unit of issue EA, Unit Price $____________________ Upgrade Genesis 2000 flight simulator, which is a multi-processor, PC-based, flying qualities simulator currently running 286/386 DOS-based computers. This portion of the upgrade would be the purchase of hardware and engineering hours to design the upgrade for the visual and flight dynamics computers. CLIN 0002 Quantity 1, Unit of issue EA, Unit Price $_________________ The purchase of engineering hours to integrate the visual and flight dynamics computers and to modify the flight simulator frame with new hardware. CLIN 0003 Quantity 1, Unit of issue EA, Unit Price $________________________ To purchase hardware and installation of additional units. (vii) Government proposed delivery is 30 days after receipt of order. Contractor proposed delivery is ________________. FOB for this _RFQ is Destination. Delivery of items shall be accomplished between between 7:30AM and 3:30PM, MST Monday through Friday. No deliveries to be made on Saturdays, Sundays or Federal Holidays. FAR 52.212-4, Contract terms and conditions _ Commercial Items, FAR 52.212-5, Contract terms and conditions Required to Implement Statutes or Executive Orders _ Commercial Items, to include clauses (b)(12)(13)(14)(15)(22). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036, North American Free Trade Agreement Implementation Act (Alt I); and 252.204-7004, Required Central Contractor Registration. (viii) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial. The proposed contract action listed here is approved sole source for Veridian Engineering. (ix) The following additionial FAR provisions and clauses apply: FAR 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: identifying technical capability of the item offered to meet the Government requirement, past performance, and price. Past performance (see FAR 15.304); is significantly more important than cost or price. An _or equal_ will not be accepted and offerors that bid an _or equal_ will be considered non-responsive. Past performance will be evaluated on similar or like work performed/supplied in the past three (3) yearss. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer and is also available in full text at http://farsite.hill.af.mil Offers are to be received at the Operational Contracting office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Facsimile quotes are acceptable at 719.333.4404, however a hard copy must follow by mail. Contact Contract Specialist Dana Kurtz at 719.333.4986 or Contracting Officer Sherry Pittinger at 719.333.4908. This RFQ has been extended for a longer period of time, at 3:00PM MST on 6 June Posted 05/25/00 (D-SN458945). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0312 20000530\70-0007.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page