Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
MODIFICATION

A -- P5CTS/TCTS Block Upgrade

Notice Date
10/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/EBYK, 314 Choctawhatchee Ave, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8678-15-R-TBD1
 
Point of Contact
Arthur Lowery, Phone: (850) 883-3365, Terri C Brown, Phone: 8508833404
 
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
SOURCES SOUGHT/REQUEST FOR INFORMATION P5CTS/TCTS Block Upgrade FA8678-15-R-0049 1. Notice: 1.1. This is a combined Research and Development Sources Sought Synopsis and Request for Information (RFI). This is not a request for proposal, invitation for bid, request for proposal abstracts or quotations, or an announcement of a solicitation; its intended purpose is to obtain information for planning purposes only. There is no bid package or solicitation document with this announcement. Response to this sources sought and RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a competitive solicitation is released. The Government does not intend to pay for the information solicited. No entitlement to payment of direct or indirect costs or charges will arise as a result of preparing submissions in response to this sources sought and RFI or the government's use of the information provided. The Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this synopsis/RFI or subsequent submittals of information. This notice DOES NOT in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible businesses, including small businesses, to respond to this sources sought synopsis and RFI. Respondents to this sources sought synopsis and RFI may be requested to provide additional information/details based on their initial submittals. Submittals will not be returned to the sender. 1.2. This Request for Information (RFI) is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information for use by the Armament Directorate, Test and Training Division, Range Systems Branch (AFLCMC/EBYC), Eglin AFB, Florida, for market research and planning purposes only. 1.3. 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). 2. SYSTEM DESCRIPTION: 2.1. 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 instrumentation pod transmits state vector information for aircraft motion and location generated from GPS tracking and provides real time removal (of exercise participants) notification based on Government-furnished weapon simulations. The System is capable of employing Government-furnished weapon simulations IAW Government interface control documents (ICDs). 2.2. The System currently includes an Airborne Subsystem (AS) (pod) and a Ground Subsystem (GS). The AS is the source of all tracking data during a live mission. The GS currently includes a Transportable Ground Subsystem (TGS) and a Fixed Ground Subsystem (FGS) with Live Monitor. A GS with LM capability utilizes one or more Remote Range Units (RRUs) for relaying data to/from the GS and AS and a Government-furnished certified ground guard. 3. System Requirements: 3.1. AFLCMC/EBYC is interested in establishing an IDIQ contract no greater than five years from contract award for System modifications via Block Upgrades that include, but are not limited, to the following: 3.1.1. Integration of updated air-to-air and air-to-ground weapons simulations into the AS and GS display systems and data merge device (DMD); 3.1.2. 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; 3.1.3. Updates to the AS to access the F-15 Enhanced Airborne Instrumentation Subsystem interface (EAIS); 3.1.4. Integration of new F-15 and F-16 Operational Flight Programs (OFPs); 3.1.5. Updates to provide selectable pod record input data for weapon simulations; 3.1.6. Integration of the Weapon Simulation Interface Upgrade (WSIU) using earth centered earth fixed (ECEF) into the AS and GS DMD; 3.1.7. Other system modifications to correct and/or provide enhanced system capabilities 3.2. Interested parties will ensure engineering changes to satisfy system modifications include: 1) satisfactory completion of development, security certification, and testing, to include 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 include technical manuals and time compliance technical orders, to support effective implementation/fielding of the capability at operational Air Force, Navy, and FMS locations. The contractor will perform what is necessary to ensure successful fielding of the capabilities. 3.3. Interested parties will provide Engineering and Technical Management Support (ETMS) including but 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. 3.4. Interested parties will perform system engineering/integration that includes computer software configuration item (CSCI) testing, laboratory testing, contractor testing, support of Government-conducted testing to include flight tests, and regression testing as required to ensure requirements are met without degradation of existing capabilities. Interested parties will perform comprehensive testing to ensure system interoperability and full functionality. Data must display on the Individual Combat Aircrew Debrief System (ICADS) and the Joint Debriefing System (JDS). 3.5. I nterested parties are 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 Air Force/Navy P5CTS/TCTS infrastructure, and maintaining interfaces with existing contractor proprietary and Navy display systems that are fundamental to the mission, all without any degradation of current capability. Interested parties are expected to integrate hardware/software configuration changes into the P5CTS functional, allocated and product baselines. 3.6. Interested parties must establish subcontracts, associate contractor agreements, nondisclosure arrangements, and interfaces with other contractors and government agencies as required to: 1) perform tasks necessary to ensure modifications to the P5CTS/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, performance degradation, and/or increased costs. 4. Known Constraints: 4.1. Limited data rights apply for AS and peculiar support equipment (PSE) drawings (Very few non-proprietary drawings are available) 4.2. No drawings are available for the GS 4.3. Functional and allocated performance specifications (hardware and software) and field-level technical orders are available for AS and GS 4.4. Live Monitor software source code is available 'as is'; all other software is available as executable code only 4.5 The Period of Performance for this effort will be no greater than 5 years from contract effective date. 5. Statement of Capabilities (SOC): 5.1. Contents Required. This is a SOC request for planning purposes. Each interested party shall submit a SOC that provides specific relevant evidence demonstrating knowledge and experience in the following areas as it pertains to satisfying the requirements in Paragraph 3. 5.1.1. Integration of weapon simulations executing in a real-time AS and post-mission GS environment 5.1.2. F-15 pod interface 5.1.3. F-16 pod interface 5.1.4. Secure mature software development environment at contractor's facility 5.1.5. Certification of Information Assurance products/systems 5.1.6. 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.) 5.1.7. Aircraft interfaces and certification of aircraft stores 5.1.8. Current Capability Maturity Model Integration (CMMI) level for software development. 5.1.9. Development of modern software applications satisfying existing interface and functional requirements to replace old software while retaining interoperability with other old software applications 5.2. SOC Format. Interested parties are requested to submit their SOC in the form of a White Paper, a maximum of 10-15 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 under Paragraph 5.1 above, ensuring that all Paragraph 3 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 334511, which is planned (see note in Sec E(9)). The Government will use this information to determine if there are interested and qualified sources. If you believe another NAICS code applies, please identify this in your response (see Sec E(9)). 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: Provide a brief history highlighting past relevant experience (designing, developing, testing and integrating) with Air Combat Training Systems. 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. Section E: Provide answers to the following questions, which will assist the Government in determining its acquisition strategy: (1) Would you be competing as a Prime Contractor or participating as a Subcontractor? Are you a Small Business? If so, what is your small business status, e.g., 8(a), Small Disadvantaged Business, etc? Would your company partner with other companies, and if so, who? Specify which firms are US owned and which are foreign owned (foreign participation is permitted). (2) What risks or concerns do you see with this acquisition and what are your suggested mitigation strategies? (3) We are considering using the source selection technique called Low Price Technically Acceptable (LPTA) or a technique called Best Value. From your perspective, what are the pros and cons of an LPTA or Best value source selections? (4) What source selection criteria do you believe to be appropriate to this potential source selection? What are the most critical criteria that would distinguish one company's capabilities from another? (5) Do you have any questions, comments, or suggestions that you would like to share with us? Note that any response will be shared with other potential offerors out of fairness. (6) Identify your Technology Readiness Level for proposed solution. (7) Do you desire one-on-one discussions with the Government? If so, indicate the topics proposed to be covered in your response. (8) What envisioned schedule do you foresee to allow for the capability to be fielded? (9) NAICS code 334511 is envisioned. Should your firm believe a different NAICS code is appropriate based on your SOC and approach, please provide the rationale with the new NAICS proposed and your size status in relation to the new code. (10) What Government Furnished Property would you envision the need for in order to perform this effort? 6. Government Advisors: Respondents to this RFI are advised that proprietary, confidential, or privileged commercial data submitted as part of your response may be released to the following non-Government advisors supporting the Government in this acquisition: COLSA Corporation, Jacobs Technology, Qualis Incorporated Although the Government's contracts with these advisors require non-disclosure agreements, please indicate in your response to this RFI any objections you may have to the use of these advisors. Specify the name of the advisor, specific basis of the objection, and the specific portions that the respondent objects to disclosure to the non-Government advisor. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Respondents are responsible for protecting proprietary information at the appropriate classification level. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 7. 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 Governmen t 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 in advance of submittal with AFLCMC/EBYK, Ms Kimmy Moss, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542-5700. 8. Administration: Participation is strictly voluntary with no cost or obligation to be incurred by the Government. The Government will use your responses as part of market research for this acquisition. Please address any comments and/or questions you may have regarding this RFI in writing by e-mail directly to the Contract Specialist, Mr Art Lowery, at Art.Lowery@us.af.mil. Interested parties may submit Capability Statements and/or questions in writing electronically to Mr Art Lowery at Art.Lowery@us.af.mil, phone (850) 883-3365, or via regular mail to AFLCMC/EBYK Attn: Mr Art Lowery, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542-5700. Please annotate the subject line of e-mail responses as: P5CTS/TCTS Block Upgrade/ETMS RFI Response. The Government must receive responses within 30 days after this synopsis posting date in Federal Business Opportunities, at 1600 hours (4pm) 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. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified. The Ombudsman is Ms Jill Willingham-Allen, Chief of Acquisition Program Management Division, AFLCMC/AQP, Wright Patterson AFB OH 45433. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you contact the Ombudsman at (937) 255-5472 or via email at: Jill.Willinghamallen.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fe91a909f8469f0e2612b26860ce76bc)
 
Place of Performance
Address: TBD (successful contractor facility), United States
 
Record
SN03540876-W 20141004/141002234823-fe91a909f8469f0e2612b26860ce76bc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.