SOURCES SOUGHT
69 -- P5 Combat Training System Sources Sought/Request for Information
- Notice Date
- 6/5/2014
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- RFI-P5CTS-14-001
- Archive Date
- 7/10/2014
- Point of Contact
- Arthur C. Lowery, Phone: 850-883-3420, Terri Brown, Phone: 850-883-3404
- E-Mail Address
-
arthur.lowery@us.af.mil, terri.brown@us.af.mil
(arthur.lowery@us.af.mil, terri.brown@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- I. PURPOSE This is a combined Sources Sought Synopsis and Request for Information (RFI). This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information for planning purposes only. This notice DOES NOT constitute a Request for Proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this RFI; however, the Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this synopsis/RFI. The Armament Directorate, Test and Training Division, Range Systems Branch (AFLCMC/EBYC), Eglin AFB, Florida, is conducting market research to determine potential sources for future modifications (Block upgrades) and Engineering & Technical Management Support (ETMS) for the P5 Combat Training System/Tactical Combat Training System (P5CTS/TCTS) (AN/GSQ-T103). II. SYSTEM DESCRIPTION The P5CTS/TCTS provides realistic air combat training to the warfighter and employs instrumentation on high activity participant aircraft and Ground Subsystem (GS) components. The System contains an air-to-air data link for sharing participant Global Positioning System (GPS) based time-space-position information, and is capable of both rangeless and ground-based Live Monitor (LM) operations. The pod transmits state vectoring information for aircraft motion and location generated from GPS tracking and provides real time kill notification based on Government-furnished weapon simulations. The System is capable of employing Government-furnished weapon simulations IAW Government interface control documents (ICDs). The System includes two Airborne Subsystem (AS) (pod) configurations, AN/ASQ-T50V(1) and AN/ASQ-T50(V)2. The AN/ASQ-T50(V)2 configured pod includes a carrier-qualified forward hanger that meets vibration and shock requirements imposed by the F/A-18 wing tip environment. The Ground Subsystem (GS) currently includes four configurations: Transportable Ground Subsystem (TGS) with and without Live Monitor (AN/GSQ-T105 and AN/GSQ-T104); Portable Ground Subsystem (PGS) (AN/PSQ-T3); and, Fixed Ground Subsystem (FGS) (AN/GSQ-T106). The System's LM capability utilizes one or more Remote Range Units (RRUs) for relaying data to/from the GS and AS and a Government-furnished ground guard. The Air Force and Navy have fielded over 1500 pods between 2004 and 2013, along with associated GSs and auxiliary/peculiar support equipment. The concept of operations at fielded locations (29 USAF/USN sites) is a major factor in facilitating joint training and providing interoperability with other services and coalition partners. The System enables interoperability through its ability to post-mission merge P5CTS data with data from other Air Combat Training Systems (ACTS) and present the merged data in a post-mission debrief. III. REQUIREMENTS A. Modifications AFLCMC/EBYC is interested in implementing System modifications via Block upgrades that include, but are not limited, to the following: 1. Integration of updated air-to-air and air-to-ground weapons simulations into the AS and GS display systems and data merge device (DMD); 2. Updates to the AS to capture all uplink message types from the GS and updates to the DMD software to process uplinked messages in merged data; 3. Updates to the AS to access the F-15 Enhanced Airborne Instrumentation Subsystem interface (EAIS); 4. Integration of new F-15 and F-16 Operational Flight Programs (OFPs); 5. Updates to provide selectable pod record input data for weapon simulations; 6. Integration of the Weapon Simulation Interface Upgrade (WSIU) using earth centered earth fixed (ECEF) into the AS and GS DMD; 7. Integration of the Joint Strike Fighter (JSF) P5 encryption device, KOV-34, into the GS to provide a secure LM capability interoperable with the JSF P5, to include production of modification kits; 8. Development and production of a tri-band data link transceiver (DLT) (modem, receiver low noise amplifier, and transmitter power amplifier) to provide selectable Upper L-Band (1755-1850MHZ), S-Band (2200-2400MHZ), and Lower L-band (1350MHz - 1450 MHz) frequency selections incorporating user adjustable power amp and user selectable frequencies. A new DLT must provide the same form, fit and performance as existing DLTs when operating in the same band at similar power levels; must maintain interchangeability with current AS and GS DLTs; and, must not degrade System functions and performance, meeting or exceeding current system requirements. The upgraded DLT must be interoperable with all fielded systems. The new DLT assembly and components must fit in existing P5CTS baseline L- and S-Band kit container. 9. New broadband antennas or antenna array providing omnidirectional coverage for Lower L-, Upper L-, and S-Bands with gain sufficient for the modified/new DLT to provide the same performance as the existing system. B. Test Support and Technical Documentation Interested parties will ensure engineering changes include: 1) satisfactory completion of contractor testing and support for Government-conducted developmental and operational testing leading to an approved production decision; and 2) development, certification, and publication of required technical documentation to support effective implementation/fielding of the capability. C. Engineering and Technical Management Support (ETMS) Interested parties will provide ETMS that includes but is not limited to: hardware and software engineering and technical support; analyses and studies; on-call and on-site support; special maintenance engineering; retrofits; training; special event attendance; interface control; reliability, maintainability and other related improvements; systems integration; aircraft compatibility; other weapons simulations/OFP upgrade integrations; corrective actions for adverse trends; and, system safety. D. System Integration and Configuration Management Interested parties will be expected to assume the role of lead system integrator and accept performance responsibility of the modified system. This includes implementing changes via seamless integration into the existing AF/Navy P5CTS/TCTS infrastructure, ensuring compatibility with legacy systems, and maintaining interfaces with existing proprietary display systems that are fundamental to the mission, all without any degradation of current capability Interested parties will be required to establish subcontracts, nondisclosure arrangements, and interfaces with other contractors and government agencies to: 1) perform tasks necessary to ensure modifications to the P5 CTS/TCTS, its interfaces, and subcomponent integration meet the system performance requirements in accordance with the specifications; 2) enable free exchange of information, both proprietary and nonproprietary; and 3) resolve problems to prevent schedule delays. IV. GOVERNMENT FURNISHED INFORMATION Information available for potential Government solicitation: • Limited non-proprietary AS and peculiar support equipment drawings • AS and GS functional and allocated performance specifications (hardware and software) and field-level technical orders; and • Executable software code only. V. STATEMENTS OF CAPABILITIES (SOC) A. SOC Content Each interested party shall submit a Statement of Capabilities that provides specific relevant evidence demonstrating knowledge and experience in the following areas as it pertains to satisfying the requirements in Paragraph III. A-D 1. Development and production of DLTs compatible with the ASs (i.e., pods) that could also be integrated with GSs and infrastructure 2. Integration of weapon simulations executing in a real-time AS and post-mission GS environment 3. F-15 pod interface 4. F-16 pod interface 5. Encryption device development, integration and production 6. Secure mature software development environment at contractor's facility 7. Certification of Information Assurance products/systems 8. Cross Domain Solutions, to include Radiant Mercury, Trusted Guard, etc. 9. System integration and site installations at Air Force/Navy training ranges, to include integration with range infrastructure (e.g., GS, electronic warfare servers, Radiant Mercury, etc.) 10. Aircraft interfaces and certification of aircraft stores 11. Spectrum supportability determination and certification of radio frequency products/systems 12. Development of modern software applications satisfying existing interface and functional requirements to replace old software while retaining interoperability with other old software applications B. SOC Format Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. Number and title each paragraph in your response to align with each subparagraph (V.A.1-12) above, ensuring that all Paragraph III requirements are addressed. If no experience/capability, indicate same in your response. Format white papers as follows: Section A: Title; Name of Company; Name; Telephone Number; Email Address for a Point of Contact; Contractor Commercial and Government Entity (CAGE) Code; Data Universal Numbering System (DUNS) number in the capability package and indicate company category (e.g., a US company, large business, small business, small disadvantaged business or women-owned small business) as described by NAICS code 334220. Those desiring to do business with the Air Force must be registered in the Government's System for Award Management system located at https://www.sam.gov. Section B: Background: Brief history highlighting past relevant experience designing, developing, testing, integrating, and producing ACTSs. Interested parties shall respond based on all paragraphs above and identify number of years and specific systems. Section C: Experience/Capabilities: Identify how you will use existing capabilities to satisfy each specific paragraph above. Section D: Workarounds Where Capabilities Do Not Exist: For each paragraph above where capabilities do not exist, identify how you will satisfy the requirements. Specifically address workarounds required due to the lack of complete hardware/software technical data package and the lack of software/firmware source code. VI. CLASSIFICATION Information associated with this effort is unclassified or classified up to, and including, SECRET. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. The Contractors should mark all unclassified and classified responses accordingly and review to ensure consideration of operational sensitivities prior to submission. The Government will post responses to questions that are broadly applicable to all on the FedBizOpps website. The Government encourages Unclassified responses to the maximum extent practicable. The Contractors must coordinate Classified responses with AFLCMC/EBYK, Art Lowery and Terri Brown, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542-5700. VII. ADMINISTRATION Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Government must receive responses by 25 Jun 14 Central Standard Time (CST). At the sole discretion of the Procuring Contracting Officer, any responses received after this date and time may not be considered. Should interested parties desire one-on-one discussions with the Government, include such in your response. The interested party may submit Capability Statements and/or questions in writing electronically to Art Lowery at arthur.lowery@us.af.mil and Terri Brown at terri.brown@us.af.mil or via regular mail to AFLCMC/EBYK Attn: Terri Brown, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542-5700, or faxed to (850) 882-3226.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/RFI-P5CTS-14-001/listing.html)
- Record
- SN03387139-W 20140607/140605235558-2498586d6f32d674b6acea98c298c40d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |