Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304

ASC/YWMB, Bldg 11, 2240 B Street, Suite 7, Wright-Patterson AFB, OH 45433-7111

69 -- AIR MOBILITY COMMAND (AMC) SIMULATOR UPGRADE PROGRAM, VISUAL UP GRADE EFFORT (VUE) SOL F33657-95-R-0010 DUE 040595 POC Capt Neil W. Robinson, Program Manager, (513) 255-7368 ext 482 /Lytus Jordan, Contracting Officer, (513) 255-7368 ext 515. DESCRIPTION: USAF/Aeronautical Systems Center, Training System Product Group is seeking sources for the manufacture and delivery of non-developmental, state of the art, common visual simulation systems for upgrade of existing Air Mobility Command Aircrew Training Devices (e.g., KC-135R Operational Flight Trainers (OFT) and KC-10A Weapon System Trainers (WST) etc.). Each visual simulation system will consist of out-the-window (OTW) visual systems with new image generators and display systems, including new projectors, projection screens or screen and mirror combinations, and a common visual database to support existing AMC aircrew training programs. The delivered visual databases reflect existing tanker and transport database coverage. The systems shall be capable of being integrated on existing KC-135R OFTs, KC-10A WSTs, and other similar AMC six degree of freedom (DOF) aircrew training devices by the in-place Aircrew Training System (ATS) contractor without degrading the inherent capability of the existing trainers. The general performance requirements of the visual simulation system are:(a) Full FAA AC 120-40 level C fidelity plus full range day/dusk/night operation, with advanced texture and calligraphic lighting. Systems shall display a minimum of 5000 light points per channel for night operation and 1000 light points per channel for daylight operation. (b) Continuous (gapless) 225 degrees horizontal by 40 degrees vertical minimum field of view (FOV), with capability to easily and conveniently optimize the vertical FOV from +20/-20 to 28/-12 for aerial refueling training. (c) A common viewing volume for both the pilot and co-pilot. Digital edge-blending is highly desired. Visual system shall accomplish any required daily alignments via a single remote control box from either the pilot or copilot seat. (d) Very low geometric and vergence distortion for all training tasks, including receiver aerial refueling. (e) Capability to represent average 3-D feature densities of over 600 geo-specific/geo-positioned features per sq nm with local concentrations of over 6000 geo-specific/geo-positioned features per sq nm around airfields to support effective training of maneuvers such as takeoffs, landings, visual approach patterns, and circling approach procedures. The visual system shall support individual high-res patches that are a maximum size of 100 sq nm. High-res areas shall potentially represent a minimum of 10 percent of any mission database. Visual terrain shall be a continuous surface without gaps, visible blending zones, or perceptible wave/breathing level-of-detail transition effects. (f) Ability to support geodetic world wide databases (+/- 83 degrees latitude) and be interoperable with Mil-Std-1821 format. Imagery shall provide accurate real-time geodetic positional correlation. Database elevation error at 99 percent of all 3 arcsecond geodetic elevation posts shall not exceed 50 feet near field and 1.5 milliradians far field. Feature positional errors shall not exceed 3 meters per nm with respect to WGS-84 ellipsoidal earth. (g) At least 16 simultaneous active six-DOF moving models, with at least 8 articulated parts on tanker aircraft models and at least 4 articulated parts on other models, to effectively train formation, receiver rendezvous, and air refueling operations. Effective weather and environmental conditions shall be supported by the visual simulation system, such as time of day, time of year, clouds, rain, virga, atmospheric layering, patchy and layered fog and haze, lightning, volumetric special effects such as storm cells, blowing dirt/dust/snow, and wet, icy, and snow covered runways. Volumetric smoke and fire is required. (h) Demonstrated ability to import and export MIL-STD-1821 (Project 2851) Standard Simulator Data Base (SSDB) Interchange Format (SIF) visual databases. All qualified sources must be capable of providing a demonstration of SIF import and export capabilities of a government provided SIF compliant 1 degree by 1 degree geo-cell, plus a real-time demonstration of the resulting run-time database on the proposed system. This demonstration will be evaluated by government personnel as part of the source selection process. The demonstration shall include proof of man-hours to accomplish conversion and accuracy of the final result Interested sources should provide prior and current business experience relevant to this acquisition that demonstrates the capability to perform the effort described in this synopsis along with the responses to the below items: (1) Have you produced and delivered real-time visual simulation devices equipped with large training area databases for Department of Defense weapon system trainers? List the programs and governmental points of contact, (2) Do you have off-the-shelf image generator and projection system hardware which meets the stated requirements? Explain your answer, (3) What is your past performance which demonstrates your ability to satisfy the stated requirements?, (4) What is your experience in providing continuous database coverage for non-interrupted world wide flight?, (5) Describe what experience your company has with database interoperability across government programs and use of Project 2851 SIF databases, (6) Will your company require major sub-contracts to meet program requirements?, and (7) List all data to be provided with other than unlimited rights (i.e. source codes). This contract will span approximately 60 months. In connection with this acquisition, information is required as to whether your firm is considered a Small Disadvantaged Business (SDB). A SDB concern is ''a small business concern that is at least 51 percent unconditionally owned by one or more individuals which are both socially and economically disadvantaged, or a publicly owned business that has at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals and that has its management and daily business controlled by or one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or publicly owned business that has at least 51 percent of its stock controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and that meets the requirements of 13 CFR 124. Firms responding should indicate whether they are or are not a socially and economically disadvantaged business. All respondents should indicate business size for Small Business determination under SIC Code 3728 size standard of 1,000 people. Responses to this synopsis shall include their assigned ''Commercial and Government Entity Code'' (i.e., Federal supply Code for Manufacturers: a five-digit code assigned by Commander, Defense Logistics Service Federal Center, Attn: DLSC-FBAA, 74 N. Washington Ave, Battle Creek MI 49017-3084), Reference DODM-5000. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Col Robert C. Helt, Directorate of Program Management, ASC/CY Bldg 2041, 2511 L. Street, Wright-Patterson AFB OH 45433-7303, at (513) 255-1427, with serious concerns only. Routine communication concerning this acquisition should be directed to Mr. Lytus Jordan, Contracting Officer, at (513) 255-7368, Ext 515. The responses shall be delivered no later than 1600 hours (EST) on 05 Apr 95. These responses shall be unclassified, precise, and specific. General company brochures, are of little or no value to this effort. This synopsis does not constitute a request for proposal or request for bid and is not to be construed as a commitment by the Government to award a contract as the result of this notice. (0073)

Loren Data Corp. http://www.ld.com (SYN# 0399 19950315\69-0001.SOL)


69 - Training Aids and Devices Index Page