|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1999 PSA#2279Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 R -- J STARS E-8C FLIGHT CREW TRAINING SOL F42630-99-R-AAAAP POC For
copy, Nila J Hatch/Likt/[801]777-6547, For additional information
contact Nila J Hatch/Likt/[801]777-6547 WEB: No URL Description Listed,
No URL listed. E-MAIL: Click Here to E-mail Buyer*****,
HATCHN@HILLWPOS.HILL.AF.MIL. This announcement constitutes a sources
sought synopsis and Market Research. The government intends to award a
contract to support the J-STARS Flight Crew Training System (J-FTS).
The J-STARS J-FTS is broken into four separate areas of requirements.
The purpose of Part A is to provide Contract Logistic Support (CLS) for
the Weapon System Trainer (WST) and all associated equipment. Part B
defines the operational requirements of the Training System Support
Center (TSSC). Part C defines courseware development, and academic and
simulator instruction. Part D defines future modification and upgrade
requirements. This acquisition will be a successor contract to the
development WST Contract R33657-96-C-0046. It is anticipated that the
contract will contain a one- (1) year basic contract with nine (9)
one-year options. Part A of the proposed acquisition is for the
contractor to perform total maintenance and CLS on Joint STARS WST and
components. This includes the Weapon System Trainer (WST) with the
Visual, Motion and Fire Protection Systems, the TSSC and associated
equipment, spares and support/test equipment. Maintain and update
Re-competition Support Package (RSP) and Technical Data Package (TDP),
including technical manuals, drawings etc. This devise is located at
Robins AFB GA. Part B of the proposed acquisition is for the contractor
to provide fully qualified personnel in the operations of the TSSC to
include software and hardware engineering capable of doing basic and
creative engineering work. Responsibilities include configuration
management, design, development, modification, distribution, data
management, testing and implementation of changes to the product
baseline, courseware development, updates and maintenance of training
materials, etc. Part C of the proposed acquisition is for the
contractor to provide all training materials including courseware for
training E-8C pilots and flight engineers. Courses to be taught include
Initial Qualification Training, Recurring Training, Pilot and Flight
Engineer Instructor Upgrade, Senior Officer's Course, Instrument
Refresher Course, etc. The contractor will perform all classroom and
simulator instruction for all identified courses. Part D of the
proposed acquisition is for the contractor to provide modification
personnel fully qualified in the design, development, modification,
distribution, testing and implementation of changes to complex major
systems and subsystems (e.g. visual, motion and related systems). This
market survey is issued to identify potential contractors with skills
and knowledge required to accomplish the Joint STARS E-8C effort as
well as to identify businesses currently offering the same or similar
services in the commercial market place at established catalog or
market prices. The government is interested in determining market
interest, and business capability for this acquisition. Interested
businesses are requested to submit their capability statement within
thirty (30) days of this notice. The government has prepared a minimum
capability document, which is available upon request to assist
contractors. Please indicate if your interest is in prime or
subcontracting opportunities and if your company is a large, small or
small disadvantaged business. Information contained in this synopsis is
for planning purposes only. It does not constitute an invitation for
sealed bid or request for proposal (RFP), nor is it to be construed as
a commitment by the government. The government plans to meet with
industry to discuss the requirement and receive early industry input.
The date, time and place for this meeting as well as information about
this requirement will be posted on the Website located at:
http://farsite.hill.af.mil.af.mil/rfpso/rfpsohom.htlom. All future
updates, information etc. will also be posted on this website. Only
this notice and the official synopsis will be posted in the CBD.
Potential offerors may express interest, make comments and ask
questions via electronic mail to the following:
hatchn@hillwpos.hill.af.mil. Request all questions be in writing and
identify company source, contact person and phone number. The questions
and answers will be provided on the home page to all potential offerors
unless otherwise specified. Posted 02/05/99 (I-SN295728). (0036) Loren Data Corp. http://www.ld.com (SYN# 0111 19990209\R-0032.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|