Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2017 FBO #5593
MODIFICATION

99 -- Foreign Military Sales (FMS) Indefinite Delivery/Indefinite Quantity (IDIQ) Link-16 Ground Support Systems (GSS)

Notice Date
3/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8726-17-R-0007
 
Archive Date
4/1/2017
 
Point of Contact
Edna C. Alonis, Phone: (781) 225-4070, JOSEPH PETER COOPER, Phone: (781) 225-5546
 
E-Mail Address
edna.alonis@us.af.mil, JOSEPH.COOPER.13@US.AF.MIL
(edna.alonis@us.af.mil, JOSEPH.COOPER.13@US.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Air Force is seeking qualified sources for the award of a five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) for the procurement of GSSs in support of various Foreign Military Sales (FMS) cases. The award is intended to provide for Link-16 Ground Support Systems (GSS) procurements and associated activities including, but not limited to: • Installation / Test / Training at OCONUS locations • Service and Support plans • Meeting Support • Hardware Refresh • Spares • Security Updates The systems being procured / deployed will provide the FMS customers with a unique tactical exerciser capability supporting platform simulation, scenario generation, C2 emulation, SIM over LIVE sortie flights, mission recording and playback. The Link 16 GSS can be used to support all facets of mission preplanning, execution, aircrew briefing/debriefing, and instruction: each GSS will feature a minimum of three (3) IP connected workstations in a contained Client/Server relationship. The GSSs will meet, at a minimum, the threshold requirements as defined in the Multi-TADIL Ground Support System Technical Requirements Document (GSS TRD) Version 2.12. In order to be in the competitive range and provide an offer for the solicitation, the offeror must have an "Off the Shelf" system that meets 100% of threshold requirements, as specified in the TRD, at the time of contract award. The offerors may be asked to demonstrate their solution during the Source Selection Process. To accommodate equipment lead times, after receipt of order, the awardee will have 120 calendar days to deliver the complete, operational system. The GSS system provides the following general capabilities: 1. Robust tactical workstation capable of displaying datalink objects on various types of geographic maps and employs user aids to further define the tactical objects and activities represented by the messages. The GSS provides a multi-user environment where up to 20 workstations can be interconnected over an IP WAN/LAN. 2. A complete terminal interface package (TIP) that allows the GSS to interface to Link 16 terminals in a manner that allows initialization, control, status monitoring, data transmission/reception, and troubleshooting of terminal alerts and performance issues. The HMI for the TIP must be sufficiently robust to operate the interface and set, control, view, change all parameters and status without the need for a terminal interface control document. 3. A Link 16 equipment suite that includes hardware wiring, power, cooling to host a Link 16 terminal, computers, GPS receiver and antenna, notch filters in either a fixed rack mount or deployable transit case solution to be specified in each order. 4. A data link processor (DLP) that conforms to specific TDL standards and implements a message implementation that meets or exceeds the coding and transactional requirements specified in the TRD. Note: The GSSs will require multiple Link 16 capable baselines to be implemented for MIL-STD-6016 and STANAG 5516. The mission functions supported for the DLP include Command and Control (C2), Surveillance for all environment categories, PPLI emulation for all environment categories, Track Management, Weapons Control, Mission Management, Electronic Warfare (EW), Text, Points, Pointers, targets and imagery. 5. A platform emulation capability providing the operator an ability to create platforms; the system will generate the required messages to emulate the TDL interface. The GSS must provide for automatic generation of TDL messages in response to data link messages received at the GSS from a remote system where a subject of the received messages is a GSS emulated message. GSS objects that move must extrapolate properly according to speed, heading and incremental parameters for rate of climb/descend, acceleration, and turns. 6. Display and report features for the time ordered messages implementing a variety of formats including HEX coding, DERG, user interpretable units. The GSS must process all received messages providing alerts and display of non-conforming messages. 7. User defined message generation capabilities for every message in the implemented TDL standard. Message creation must allow the user to create messages without the need to reference the TDL catalogue. The message generation capability must provide for both conforming messages and non-conforming messages. 8. Scenario Generator (SG) that allows the operator to create a synthetic battlespace depicting platforms and time ordered messages that can be built offline and played online in a live environment. The SG must employ an HMI that allows rapid generation of elements with trajectories, waypoints and activity points using point and click technologies as opposed to laborious data input of message fields. 9. A data recording function that captures message traffic and provides tools for start/stop triggers, filters, data display and reduction and replay. 10. Special features pertinent to the use. These include but are not limited to: a. Time Slot Duty Factor (TSDF) monitoring. b. Pseudo-track creation to support Red/Blue fighter sortie applications. c. Range Training Officer (RTO) that depict fighter shot quality based on received fighter messages. d. Special mission records to archive Link 16 activity. e. Operator directed changes to pre-scripted messages f. Multi-level administrator accounts for GSS users. g. JREAP-C and SIMPLE protocols for external system connections over IP. The GSS will be capable of operating as a participant in live RF Link 16 networks and in a standalone Link 16 RF network. The system will have a host processor capable of initializing, interfacing with, and monitoring the activity of a Link16 network using a MIDS LVT-1 and its variants such as LVT-4 or LVT-6. The system will support all the requirements of the associated Link 16 terminal. Depending on the type of terminal, the system will include the necessary power converter to allow operations from normal 210/240V, 50/60 Hz outlet power as well as cooling for overheat protection. The system will be capable of supporting optimal line of sight operations from an omni-directional antenna compatible with the terminal and host configuration. The Contractor will acquire and install all ancillary equipment including GPS and Link 16 antennas and RF cabling. The contractor is not responsible for the building infrastructure modifications or labor associated with routing cables or mounting antennas on masts. The following antenna and cables are suitable candidates that meet these specifications: • European Antennas, Part Number NSN 5985-99-758-6585 • LMR-600-DB Outdoor/Watertight PE Black 54093 The Contractor shall acquire these items or equivalent as part of the GSS equipment suite. The Contractor shall assume total system responsibility for the GSS equipment including the antennas, cables and ancillary support devices. This synopsis does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to its ultimate acquisition approac h. The Government does not intend to award a contract on the basis of this notice, nor will it reimbur se firms for any costs associated with preparing a response to this notice. However, all res ponsible sources may submit a Capability Statement addressing areas in the Description (Item 16). A respondent must specify whether it is a large busin e ss, small business, s mall disadvantaged business, 8(a) concern, women-owned small busines s, HUB Zone small business, veteran-owned small business or service- disabled veteran-owned small business. Also specify whether a respondent is a U.S. or foreign-owned firm. Written responses to this synopsis shall contain sufficient documentation on the contractor's qualifications and indicate the contractor's ability to fulfill the requirements found in the GSS TRD. In order to receive a copy of the GSS TRD, please contact the HNAK POCs listed below. Responses and/or questions regarding this Sources Sought shall be sub mitted in writing to the Contracting Officer, Ms. Edna Alonis, (781) 225-4070, email to edna.alonis@us.af.mil, and the Contr act Specialist, Mr. Joseph Cooper, (781) 225-5546, email to joseph.cooper.13@us.af.mil, Questions and answers shall be posted on the Government Point of Entry, Federal Business Opportunities (FBO) website ( www.fbo.gov ). All interested parties must be registered in the System for Award Management (SAM) database. If not registered in the SAM database, interested parties may register on-line at h ttps:// www. sam.gov/p ortal /public/SAM/. OMBUDSMAN PROGRAM. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. The AFLCMC Ombudsman for Hanscom AFB is as follows: Col Kenneth L. Decker, Jr., USAF Ombudsman AFLCMC/AQP Acquisition Excellence Directorate (937) 255-5512 or DSN 785 Email: kenneth.decker.1@us.af.mil 1790 10th Street Wright Patterson AFB OH 45433-7630
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8726-17-R-0007/listing.html)
 
Place of Performance
Address: OCONUS, United States
 
Record
SN04436246-W 20170317/170315234910-c08ff7fc661cc73c8a2eb7d1f342c9ce (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.