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