|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 N -- VISUAL UPGRADE EFFORT SOL F42630-97-R-20260 DUE 031197 POC For
copy, Barbara Olsen/Likt/[801]777-4206, For additional information
contact Barbara Olsen/Likt/[801]777-4206 The Air Force intends to
acquire on a sole source basis from Thomson Training & Simulation Ltd
(TT&SL) the installation and integration of a prototype articulated
visual simulation system, which includes the computer image generator,
display system, cockpit articulation structure and mechanism, and
associated interfaces on a KC-10A simulator. One Visual Upgrade Effort
(VUE) visual system will be installed and integrated on Simulator
Three at McGuire AFB, NJ. This contract will be one (1) basic period
for install and integrate with three (3) option periods for the install
and integrate for one more simulator at McGuire AFB, NJ, and two at
Travis AFB, CA. The Air Mobility Command (AMC) Visual Upgrade Effort
(VUE) visual system consists of an Evans and Sutherland (E&S) five
channel ESIG 4530 image generator, a Thomson Training & Simulation Ltd
(TT&SL) WIDE 225 degree by 45 degree field of view display with five
Phebus V electro-magnetic focus CRT projectors, a TT&SL designed
motionplatform and articulation mechanism to tilt the simulator cockpit
for aerial refueling training, a possible new motion system, and
associated interfaces. Interfacing will be with a DEC ALPHA 2100 host
computer system. Each device to be modified is a KC-10A Weapons System
Trainer (WST) with a full 6 degree motion system. The existing visual
system must be removed and disposed of IAW government instructions.
This installation and integration is considered to be unique, in that
only a portion of the cockpit structure will be articulated, and
little, if any, documentation exists to support the effort. The
government encourages and will support sub-contracting of the
integration effort to the Total Contractor Training (TCT) contractor,
currently Hughes Training, Inc (HTI). Training requirements dictate a
strict six month limit for the entire effort, with severe penalties for
non- performance. The AMC VUE visual system is being provided by E&S,
Salt Lake City, UT, with the articulated motion system being developed
and provided by TT&SL, Trent, England.. The contractor shall enter
into Associate Contractor Agreements (ACAs) to facilitate the exchange
of data and information to support design, installation, integration,
operational and logistics support of these devices on the KC-10 WSTs.
An ACA shall be established with both the WST and AMC VUE contractors.
The contractor shall interface with the current WST contractor as
necessary to ensure timely access to the device and any necessary KC-10
WST design data. Note that this data and information is very limited,
and in some cases, does not exist. The contractor shall support the AMC
VUE contractor during the design and development of the KC-10 AMC VUE
systems. This shall include, but not be limited to, technical meetings,
KC-10 WST to AMC VUE interface design, facilities impacts, motion
system, and platform modifications/replacements. The contractor shall
analyze site specific requirements and shall (with the exception of
facility modifications) accomplish all necessary tasks to ready the
sites for AMC VUE installations. The contractor shall install and
integrate the AMC VUE systems on the designated KC-10 WSTs. The
contractor shall modify the Instructor Operator Station (IOS) displays
and input pages to allow full operation of the AMC VUE system
features. The host computer will have full control and will use all VUE
capabilities. The installation and integration contractor shall be
responsible for full correlation of the visual scene with the weather
radar. For each of the designated devices, the contractor shall
dismantle and remove the KC-10 WST cockpit structure and associated
hardware, remove the existing platform, and install the AMC VUE
provided motion platform with the cockpit articulation frame. The
contractor shall reinstall and integrate the KC-10 WST cockpit
structure on the new motion platform with the articulated frame,
install and integrate the AMC VUE visual system on the split cockpit,
and make any modifications necessary to the KC-10 WST cockpit
structure. The contractor shall modify the host computer software to,
during real-time operation, control the AMC VUE articulation mechanism,
and to adjust the KC-10 WST motion system orientation to account for
the articulation of the KC-10 WST cockpit structure. Upon activation,
articulation of the KC-10 WST cockpit structure shall take place within
three minutes or less. The contractor shall integrate the AMC VUE
articulation mechanism safety features/control feedback into the KC-10
WST host computer/control system. The contractor shall modify,
install, and integrate all electrical, mechanical, pneudralic,
hydraulic, environmental, and control connections and interfaces
between the KC-10 WST, cockpit structure, motion system, articulation
frame, visual system, and facility, as appropriate. Operational
performance of the KC-10 WST shall not be reduced or degraded by the
installation and integration of the AMC VUE visual system, except for
those performance metrics directly attributable to the visual system,
where operational performance is expected to be improved or enhanced.
This requirement is subject to the Service Contract Act. No telephone
requests. Only written or faxed requests received directly from the
requestor are acceptable. All responsible sources solicited may submit
a bid, proposal, or quotation which shall be considered. AUTHORITY: 10
U.S.C. 2304 (C)(1) Justification: Services required are available only
from Thomson Training & Simulation, Ltd (due to incomplete or no data)
and no other type of supplies or services will satisfy agency
requirements. The proposed contract is for services for which the
government intends to solicit and negotiate with only one source under
the authority of FAR 6.302-1 due to lack of data. It is suggested that
small business firms or others interested in subcontracting
opportunities in connection with the described procurement make contact
with the firm(s) listed. Requests for copies of solicitations must
reference the entire solicitation number, including purchasing office
identification number. To expedite your request, limit the number of
individual solicitation numbers requested per letter to not more than
10. Don't request information on this requirement until after the issue
date. An Ombudsman has been appointed to hear concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the program director or contracting officer, but to
communicate contractor's concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will 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. Interested
parties are invited to call Jack S. Jones, if your concerns are not
satisfied by the contracting officer (801) 777-6991. The approximate
issue/response date will be 06 Feb 97. No telephone requests. Only
written or faxed requests received directly from the requestor are
acceptable. All responsible sources solicited may submit a bid,
proposal, or quotation which shall be considered. See Note (s) 22,26.
(0017) Loren Data Corp. http://www.ld.com (SYN# 0051 19970122\N-0001.SOL)
N - Installation of Equipment Index Page
|
|