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