Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1997 PSA#1962

Aeronautical Systems Center, ASC/WMRK, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808

69 -- RANGELESS AIR COMBAT TRAINING AND TEST SYSTEM (RACTTS) PROGRAM SOL F08626-98-R-0004 POC Ms Jaciel Robbins, 850-882-9391, Ext 5059; Lt Denis Briceno, 850-882-9391, Ext 5200 Notice of Contract Action (NOCA). The Range Instrumentation Systems Program Office Integrated Product Team (IPT), Aeronautical Systems Center (ASC), Eglin AFB, Florida, plans to contract for Rangeless Air Combat Training and Test Systems (RACTTS) that will provide for enhanced air combat training in a rangeless environment. The basic effort and first installation of RACTTS is planned for the Combat Readiness Training Center (CRTC) located in Alpena Michigan, and includes options for installation of additional Rangeless Air Combat Training Systems at to be determined sites. The total program objective is to provide a capability for users to conduct air-to-air training exercises, and post-mission debriefings of aircrew/aircraft/simulated weapon performance, (to include limited live monitoring for a limited number of designated sites ) and procure a new baseline of ACTS Airborne Instrumentation Subsystems (AIS) designated as P5. Due to limited research and development funds, the Government requires that certain capabilities have been proven and can be further modified to incorporate P5 requirements of: high accuracy time and space positioning information, pod-to-pod communication, on-board data recording, on-board air-to-air simulations, and real-time kill notification. The Rangeless Debriefing systems will consist of: (1) providing additional capabilities to current ground subsystem software while maintaining existing ADDS (2.3 software baseline) functionality; (2) hosting this new RACTTS software on compatible open-architecture computer hardware platforms; (3) providing and integrating a capability to merge and record down-linked data and/or on-board recorded pod data; (4) integrating an encryption module into ground subsystems based upon availabilty of Government-furnished encryption devices and associated design data; (5) providing and installing all ground-to-air, air-to-ground, and ground-to-ground communication equipment required for Alpena; (6) managing/supervising range integration of all system/subsytem assets; (7) planning and conducting a test program including, but not limited to, developmental, EMC/EMI, environment, Seek Eagle, and system testing, demonstrating total system capabilities that includes range coverage, tracking accuracy, 36-aircraft tethered and untethered operations, (8) maintaining and sustaining all system/subsystem assets prior to achieving full operational capability (9) and providing system operator training at each location. The RACTTS P5 pods shall provide a 36 high activity aircraft data link, air-to-air weapon simulations, pod-to-pod communications, on-board data recorder, and as an option the ability to integrate a government furnished encryption device. To reduce risk, the P5 design should make maximum use of commercial off-the-shelf and/or non-developmental items. Both tethered (Radio Frequency connection between the airborne pod and the ground system) and rangeless (no connection between the airborne pod and the ground system) capabilities with on-board data recording is needed for RACTTS. Offerors will be asked to propose a sustainability and affordability strategy for the life of RACTTS that includes defining, planning, and developing an integrated logistics support (ILS) and logistics support analysis (LSA) program that ensures full system and associated equipment sustainment. In addition to the new RACTTS, the program will consist of options to upgrade existing ADDS and Personal Computer Debriefing Systems hardware and software by providing cost effective debriefing subsystems with the same functional performance of the Government specified baseline that: (1) allows for post-mission display and debriefing; (2) provides and installs a capability for pre-mission setup and planning for each pod; (3) and provides and installs a capability to merge and record, on-board recorded pod data from 36 P5 pods. Further options will be included for: (1) contractor logistics support; (2) up to three additional RACTTS live monitor ground subsystems at TBD locations; (3) the ability to obtain up to 80 Rangeless Display and Debriefing Systems; (4) up to 80 Servers; (5) up to 80 PCDS; (6) up to 600 additional P5 pods; (7) Site surveys for both rangeless and live monitor installation; (8) up to thirty rangeless ground subsystems site installations at TBD locations; and (9) Supportability for initial period of each new installation. In light of the Acquisition Reform initiatives, the offerors will be given wide latitude in the writing of the statement of work, system specification, and use of Government standards, etc. A technical library including governing Interface Control Documents (ICDs), ADDS software code, PCDS software code (and documentation thereof) and other relevant technical information is available. Eligibility to receive solicitations and access to the technical library is restricted to qualified U.S. contractors who have registered with, and are certified access to DOD Scientific and Technical Information (STINFO) and export controlled information by the United States/Canada JointCertification Office, Defense Logistics Service Center, Battle Creek, MI 49016-3412, 1-800-352-3572. Certification is accomplished using DD Form 2345, Military Critical Technical Data Agreement. A Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages must be completed by each offeror and returned to ASC/WMRK prior to being granted access to the Air Force technical library. A 24 hour limitation for loan of any software or documentation for potential use in preparing for this acquisition have been established. You may contact Mr. Paul Carmean, SEMCOR, Inc., 368 Adams Avenue, Valparaiso FL 32580, (904) 678-7887, for information concerning the technical library or regarding STINFO certification and software release approval. The anticipated contract types are Fixed Price Incentive Firm (FPIF), and Firm Fixed Price (FFP). The period of performance for this effort, both basic and options, is not expected to exceed 5 years. Information associated with this program may be classified up to, and including, SECRET, NOFORN. The contractor's software capability and computer hardware system must be accreditable in accordance with current USAF computer security policies. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). Firms responding to this synopsis should state whether or not they are a small business concern or small disadvantage business concern as defined in Federal Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. Direct all requests for solicitations and routine communication concerning this acquisition to Ms. Jaciel Robbins, Contracting Officer, (904) 882-9391, Ext. 5059 or Ms. Bridget Tuominen, (904) 882-9391, Ext 5058, for contracting matters. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor 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 Col Timothy R. Kinney, at (904) 882-9051. All information concerning draft solicitation documentation formerly released may be found on the Eglin PK homepage under Acquisition Programs at http://eglinpk.eglin.af.mil, under the program name of Rangeless Air Combat Training and Test Systems (RACTTS). The RFP is scheduled for release during mid to late November, with proposal receipt in late January 1998. Contract award is planned for April 1998. See Note 26. (0301)

Loren Data Corp. http://www.ld.com (SYN# 0234 19971030\69-0001.SOL)


69 - Training Aids and Devices Index Page