COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 K -- UPGRADE AND REFURBISH OPTIONS FOR FRASCA MODEL 141 SOL
F05611-00M0121 DUE 082800 POC Dana Kurtz, Contracting Specialist, Phone
(719) 333-4054, Fax (719) 333-4404, Email dana.kurtz@usafa.af.mil --
Rose Roach, Contract Officer, Phone (719) 333-4969, Fax (719) 333-4404,
Email rose.roach@usafa.af.mil WEB: Visit this URL for the latest
information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F05611-00M0121&LocID=479. E-MAIL: Dana Kurtz, dana.kurtz@usafa.af.mil. 17. (i)
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in FAR Subpart 12.6 and FAR 13, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; quotations are being
requested and a written statement will not be issued. (ii) This
solicitation, F05611-00-M0121, is issued as a request for quotation
(RFQ). (iii) This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-19.
(iv) The proposed solicitation listed here is set aside 100 percent for
small business. The Standard Industrial Classification Number is 8734
and the Business Size Standard is 5 million. REQUESTERS MUST STATE
THEIR BUSINESS SIZE ON EACH QUOTE. (v) Description: Upgrade and
refurbish options for host computer Frasca Model 141, single engine
flight training device. This upgrade replaces the existing instructor's
station (terminal, plotter, and desk) with aPentium PC, color monitor,
color printer, and a new desk. It also will replace the Field Training
Device's older central processing unit with Frasca's newest software.
Upgrading the host is necessary to make it compatible with the newer
software used with Graphic Instructor Station. This updated
configuration is the same as installed in the customer's newly
manufacturered FTD's. Frasca's Window based Graphic Instructor Station
(GISt), is the most advanced instructor station available in the
commercial simulation industry. Instead of a keyboard and text based
menus, GISt presents graphical images to the instructors which permits
more intuitive monitoring of and allowing more time for instructing
the student. With GISt, the instructor's workload is reduced; thereby
is designed for advanced, recurrent flight training as well as
research. Cockpit equipment includes flight, engine and systems
controls and indicators that are modeled after actual aircraft parts.
The flight simulation is apparent from engine starting through taxi,
takeoff, climb, cruise, slow flight, stalls, descent and landing for
use at the Air Force Academy with the Pilot Training Program conducted
at Colorado Springs, CO. This will require the re-hosting of FTD's
older unit with Pentium PC and Frasca's newest software for additional
computer capacity. The contractor shall re-host the software onto the
Pentium family or processors on a PC running the NT operating system.
The systems should be at least Pentium II computers with 450 MHZ
processing speed, 128 MB memory, and 10 GB hard drives. 4.0 Overall
Requirements 1. The software source code shall be accessible to the
user. 2. Operation and maintenance manuals shall be updated if
operating procedures are changed. 3. Component parts shall be
identified with vendor part numbers and vendor addresses. 4. Stability
and control derivatives and aircraft constants shall be easily
accessed and changed (within 15 seconds). 5. Initial flight conditions
shall be easily set and changed between runs. 6. The ability to build
and store variety of aircraft shall be provided. 7. The update rate
for the equations of motion (EOMs) shall be high enough to eliminate
perceived computational lags by the pilot. 9. Time history plots of key
parameters shall be obtained easily. 10. An 'outside visual' feature to
look at the aircraft from behind, the side, and the top shall be
provided 11. Student designed control laws shall be easily incorporated
and flown. 12. The EOMs shall be documented in the manual with all
terms included and the numerical integration technique. 13. An error
function for tracking tasks shall be provided. 14. Crash fault
indications (ie the aircraft has crashed due to_) shall be provided.
15. The CPU shall be capable of being maintained and trouble shot by
USAF technicians. 16. The new hardware shall be
commercial-off-the-shelf Pentium computers with the Windows NT
operating system. Shipping shall be provided by the contractor. The
contractor shall be responsible for shipping costs from his facility to
the USAir Force Academy (USAFA). CLIN 0001 Quantity 1, Unit of Issue
EA, Unit Price $____________, Total $____________ Host Computer Upgrade
for Frasca Model 141- replaces the FTD's older central processing unit
with Pentium PC and Frasca's newest software. Upgrading the host is
necessary to make it compatible with the newer software used within
Gist, for additional computer capacity and enhanced software, which
allows and aerodynamic modeling and newer configuration. This portion
of the upgrade would be the purchase of hardware and engineering hours
to design the upgrade and refurbish options. CLIN 0002 Quantity 1,
Unit of Issue EA, Unit Price $____________, Total$____________ Radio
Stack Upgrade-FTD's current NAV/COM radio stack will be replaced with
Frasca's newest simulated avionics package, SAP 100, which looks and
operates very similar to the nav/com radio stacks that are installed in
the most modern aircraft. Advantages are the ability to train students
on more modern nav/com radios with digital, flip/flop frequency
selectors and standby functions. (Required for GIST and Host upgrade).
CLIN 0003 Quantity 1, Unit of Issue EA, Unit Price $____________,
Total$____________ GPS Upgrade-This upgrade includes Bendix/King KLN
89B or 90B GPS. The GPS unit provides all of the navigation position
outputs, as it would be in the aircraft. Provide position and altitude
data to the unit. Provide removable cartridge containing Navigation
database. (Required for GIST and Host Upgrade. CLIN 0004 Quantity 1,
Unit of Issue EA, Unit Price $____________, Total$____________ Visual
System Upgrade-Provide a new FVS200T textured color visual system;
using a Pentium PC and a color monitor. The FVS200T utilizes
raster-based technology that creates realistic airport scenes as added
detail to runway surface, ground patterns, and sky cloud patterns.
(Required for FIST and Host Upgrades). CLIN 0005 Quantity 1, Unit of
Issue EA, Unit Price $____________, Total$____________ Factory
Refurbishment/Warranty-The FTD will be refurbished back to original
specifications, including but not limited to, repairing or replacing
assemblies and components as needed, calibrating circuitry, cleaning
and lubricating mechanical linkages and installing various service
modifications. In addition, a one-year warranty will be reinstated on
the FTD, which will include parts exchange for Frasca components.
Government proposed delivery is 30 days after receipt of order.
Contractor proposed delivery is 90 days after the FTD, or key
components are received at the factory. ___________. FOB for this RFQ
is Destination. Delivery of items shall be accomplished between 7:30
a.m. and 3:30 p.m., local time, Monday through Friday. No deliveries to
be made on Saturdays, Sundays, or federal holidays. FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items, FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, to include clauses
(b)(12)(13)(14)(15)(22). DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items; 252.225-7001,
Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O.
10582); 252.225-7036, North American Free Trade Agreement
Implementation Act (Alt I); and 252.204-7004, Required Central
Contractor Registration. Offerors must comply with all instructions
contained in FAR 52.212-1, Instructions to Offerors -- Commercial. The
proposed contract action listed here is approved sole source for
Frasca International, Inc. The following additional FAR provisions and
clauses apply: FAR 52.212-2, Evaluation -- Commercial Item, the
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers:
identifying technical capability of the item offered to meet the
Government requirement, 1-past performance, and 2-price. Past
performance (see FAR 15.304); is significantly more important than cost
or price. An "or equal" will not be accepted and offerors that bid an
"or equal" will be considered non-responsive. Past performance will be
evaluated on similar or like work performed/supplied in the past three
(3) years. Price will be evaluated to determine its fairness,
completeness, and reasonableness as it relates to the items offered.
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items, a completed copy of this provision shall be submitted with the
offer and is also available in full text at the e-mail address;
http://farsite.hill.af.mil. .Offers are to be received at the
Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF
Academy, CO 80840-2315, no later than 3:00 p.m. Mountain Daylight Time
on 28 August 2000. Facsimile quotes are acceptable; at (719) 333-4404,
however, a hard copy must follow by mail. Contact Contract Specialist
or Contracting Officer prior to faxing quote.Contact Dana Kurtz,
Contract Specialist, at (719) 333-4968 or Rose Roach, Contracting
Officer, at 719-333-4969. Posted 08/14/00 (D-SN485657). (0227) Loren Data Corp. http://www.ld.com (SYN# 0061 20000816\K-0001.SOL)
| K - Modification of Equipment Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|