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