Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
SOURCES SOUGHT

69 -- Joint Terminal Control Training and Rehearsal System (JTC TRS) Request for Information - JTC TRS P-Spec

Notice Date
10/8/2014
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8621-15-R-6337
 
Archive Date
11/13/2014
 
Point of Contact
Rachel R. Lyden, Phone: 9379045246
 
E-Mail Address
rachel.lyden@us.af.mil
(rachel.lyden@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information, issued for the purpose of identifying potential sources with the capability to accomplish the effort described herein. Our primary interface with industry will be the Federal Business Opportunities (FBO) (https://www.fbo.gov/) site. This is a request for information, as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government does not presently intend to award a contract based on responses to this RFI, but is in need of information on potential sources for a system in support of the Combat Air Force (CAF), Special Operations Command (SOCOM), and Air Force Special Operations Command (AFSOC) Tactical Air Control Party (TACP) and Combat Controllers in performance of Terminal Control, Terminal Guidance, Close Air Support and Joint Fires operations. The potential exists for the future contract to also provide systems to support Marine Corps Air Naval Gunfire Liaison Companies (ANGLICO), US Army Forward Observers / Joint Fires Observers, and various units throughout SOCOM. This RFI is intended to help the government finalize the acquisition strategy and schedule for a production ready system. This program is designed to fulfill an immediate need for realistic training and mission rehearsal for Joint Terminal Attack Controllers (JTAC) and Joint Fires Support in a simulated and controlled environment. The system(s) will be used to train individuals and small groups in basic procedures in the schoolhouse environment, as well as execute mission rehearsal in large scale exercises. Mission rehearsal capabilities to practice, validate, and verify Joint Doctrine and Tactics, Techniques, and Procedures (TTPs) are essential. This training capability provides direct support to Overseas Contingency and Combat Operations. Manual and real-time control, as well as automated simulation of airborne assets is required. Instructor Operator Station(s), robust simulated threat environments, simulated natural environments, and Brief/Debrief Systems are all required subsystems. To ensure commonality and compatibility with the Air National Guard Advanced JTAC Training System (AAJTS), AFSOC JTAC Simulator (AJS), and JTAC-TACP/Operational Simulation Suite (J-T/OSS) systems currently fielded, the following proprietary software products must be incorporated into the design: - Virtual Reality Scene Generator (VRSG TM ) Image Generation System from MetaVR TM - Modern Air Combat Environment (MACE) from Battlespace Simulations Inc. This requirement drives visual simulation requirements, geographically accurate visual databases, high fidelity representations of weapons systems that interact with JTACs, and high fidelity simulation of weapons effects. Each device must have the ability to connect into the Distributed Mission Operations Network (DMON) as well as other service and joint training networks. This will require the device to comply with CAF DMO Interoperability Standards (described at https://secure.dmon2.com) and follow the guidelines of CJCSI 6212.01C. An associate contract agreement with the DMO network provider and other simulator manufacturers will be required in support of distributed mission integration. The acquisition strategy is to acquire a production-ready, off-the-shelf system based on minimum performance specifications. The production contract will not include development, but will include modifications of existing systems and sustainment. The Government anticipates releasing a Request for Proposal (RFP) by May 2015. A production-ready device is required to be available for Government test within 45 days of RFP release. The contract award is anticipated to be no later than November 2015. Delivery of the first of up to 26 systems will be required within 60 days of contract award. Once fielded, all systems will be housed in Government facilities. Detailed performance requirements can be found in the attached draft P-Spec. Please note that this attachment is still fluid and may be updated. In response to this RFI, please provide the following information: 1. A description of your company; including address, CAGE Code, DUNS and Point of Contact information, and your intentions for responding to a potential Request for Proposal. The applicable North American Industrial Classification System (NAICS) code is expected to be 333318, with a size standard of 1,000 employees. Indicate whether you are a large or small business in relation to NAICS 333318 and if small, your small business type (Small, SDB, etc.). 2. A description of your company's experience in developing, producing, deploying, modifying and sustaining high-fidelity training devices and simulations for combat training, including a description of your experience in networking simulators, to include the Distributed Mission Operations Network (DMON) (as referenced above) and working with interoperability mechanisms such as Distributed Interactive Simulation and High Level Architecture protocols. 3. A description of your company's ability to produce the devices per the P-spec, while maximizing commonality/compatibility with the extant AAJTS and J-T/OSS systems. a. Include subcontractor/teaming relationships that might pertain to this effort. b. Discuss your ability to have a production-representative testable device for evaluation by end of 2Q CY15. c. Discuss your ability to deliver the first article in 4Q CY15 and your monthly/annual capability to deliver complete production devices. 4. A description of your company's experience in developing integration code to incorporate COTS software (eg. MACE, VRSG TM, EME, etc...) into simulator systems. Furthermore, discuss your ability to sell or license said integration code for government use. 5. A description of your company's capabilities for generating, handling, processing, and storing classified material and data (up to and including SECRET). 6. Comments to the attached draft P-Spec. Include details of technological challenges your company sees in meeting P-Spec requirements. 7. Any other relevant topics, concerns, and information which should be brought to the government's attention. Questions may be directed to Rachel Lyden, Contract Negotiator, at rachel.lyden@us.af.mil. Formal responses should be e-mailed (preferred), or mailed to: AFLCMC/WNSK (Attn: Rachel Lyden) 2300 D Street, Bldg 32 Wright Patterson AFB, OH 45433-7249 e-mail: rachel.lyden@us.af.mil. Responses are requested no later than close of business on 29 Oct 14. Given the need for a rapid response to this RFI, lengthy and elaborate presentation material and explanations are discouraged. Marketing materials are not a sufficient response to this RFI. Please limit responses to no more than 15 pages, excluding comments to the notional P-Spec. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided. Responses to the RFI will not be returned. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8621-15-R-6337/listing.html)
 
Record
SN03545433-W 20141010/141008234846-73accd764f180d651cf92b4fc3583118 (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.