Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS

R -- THEATER AEROSPACE COMMAND AND CONTROL SIMULATION FACILITY

Notice Date
October 27, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- PL "Space Vehicles Directorate", 2251 Maxwell Ave, Kirtland AFB, NM, 87177
ZIP Code
87177
Solicitation Number
Reference-Number-R0006
Response Due
November 27, 2000
Point of Contact
Lorraine Otero, Contract Specialist, Phone 505 846 2146, Fax 505 846 2149, Email Lorraine.Otero@Kirtland.af.mil -- Lorraine Otero, Contract Specialist, Phone 505 846 2146, Fax 505 846 2149, Email
E-Mail Address
Lorraine Otero (Lorraine.Otero@Kirtland.af.mil)
Description
The Air Force Research Laboratory, Directorate of Contracting, Kirtland AFB, New Mexico is seeking potential sources for development, operation, and maintenance support services for the Theater Aerospace Command and Control Simulation Facility (TACCSF.) The TACCSF has constructive and virtual operator-in-the-loop simulators that replicate the air combat environment for Concepts of Operations (CONOPS) development, mission rehearsal and training, and studying new weapons system capabilities in a synthetic environment. TACCSF currently includes: a. Master Simulation (MSIM). MSIM acts as the master air battle gamekeeper, presents the appropriate stimuli to the internally networked battle management, command, control, communications, computers and intelligence (BMC4I) and weapon system simulators, records data collection events, and allows the neutral force to monitor the scenario and status of equipment. The host computers, array processors, disk and tape drives, terminals, displays, and software included in the MSIM also support data processing functions of scenario development, data collection, data reduction, data analysis, and replay. In addition, TACCSF_s commercial off-the-shelf (COTS) air and ground environment generators provide _seamless_ connections between internal and external environments. A graphical user interface is used to build a database which is then used to generate a complex, dynamic, interactive environment, including Defense Mapping Agency digital terrain data. This package also functions as a communications gateway between TACCSF and other facilities on Distributed Interactive Simulation (DIS) networks; b. Test Nodes. The virtual simulation nodes include a Control and Reporting Center (CRC), US Modular Control Equipment (MCE), and Tactical Air Operations Module (TAOM) Control and Reporting Posts (CRPs) with missile tracker, NATO and US Airborne Warning and Control Systems (AWACS), US Army PATRIOT Mixed Brigade Fire Direction Center (Mixed MDE FDC), US Army PATRIOT Information Control Center (ICC), six PATRIOT Fire Units (FUs), four US Air Force F-15C Fighter aircraft, one F-16 desktop simulator, one Airborne Laser (ABL), fourteen Virtual Joint Surveillance Target Attack Radar Systems (VSTARS) workstations, one Special Information System (SIS), one Air Defense System Integrator (ADSI), one Cobra Ball, one Extended Air Defense Testbed (EADTB), two Air force Synthetic Environment for Reconnaissance and Surveillance (AFSERS) Unmanned Aerial Vehicles (UAVs), Hardware-in-the-loop Tactical Information Broadcast Service (TIBS), AN/TPS-75 Missile Tracker, a space vehicle simulator, and a Constant Source Terminal. Detailed tactical data links (TADIL-A, TADIL B, TADILJ, ATDL-1, PADIL, and Link-16) are modeled to provide the flow of information through the BMC4I architecture; c. The testbed is designed with an open architecture to facilitate connection of these nodes to emulate a variety of Theater Air Defense (TAD) systems, and architecture for various theaters. The testbed is capable of simulating up to 6000 simultaneous air and ground objects in an area up to 2048 by 2048 square miles anywhere in the world. Digital databases (DTED, DFAD, and imagery) are used for terrain. The effects of electronic countermeasures (ECM) and atmospheric phenomenon are also modeled; and d. The TACCSF is linked to the Joint National Test Facility (JNTF) at Colorado Springs, CO; The Information Warfare Center (IWC) at Kelly AFB, TX; the Rivet Joint facilities at Big Springs, TX and Offut AFB NE; the AFC2TIG at Hurlburt Field FL; the 56th Fighter Wing at Luke AFB AZ, Air Force Research Laboratory in Mesa AZ; the Nellis Combat Air Operations Center (CAOC) at Nellis AFB NV; Los Angeles AFB, CA; and the Close Combat Tactical Trainer (CCTT) at Ft Hood TX. It has the ability to accommodate virtually any link using Distributed Interactive Simulation (DIS) protocols via satellite communications and T-1 and/or T-3 communications lines. A DIS gateway and corresponding network components allow the TACCSF to interface with a variety of live, virtual, and constructive simulations. TACCSF is High Level Architecture (HLA) certified. Space and Naval Warfare Systems Command (SPAWARS)- and TACCSF-developed translators exchange tactical data link messages between actual field equipment and simulation models. TACCSF is developing a robust simulation interface into real-world Operations Module (OM) ground RADAR control systems. TACCSF is also developing the capability to interactively process real-time range data and stimulate live exercise participants using simulated inputs. The scope of these efforts consists of software and hardware development activities as required. This includes currency upgrades, rehosting nodes, prototyping weapon system simulations, development of new high-fidelity nodes and implementing links to other simulation facilities, live ranges and constructive simulations. It also includes operations and maintenance (O&M) of the TACCSF hardware, software, and facility, to include library management, web-site development, and physical, information, and computer security functions as well as analysis and feasibility studies in support of development efforts. All necessary management services, personnel, materials, components, supplies, maintenance and documentation required to accomplish the tasks described above are also part of the effort. Major deliverables include: hardware and software, engineering drawings and schematics, technical reports, system analysis reports, hardware and software trouble report trend analyses, engineering analysis reports, software maintenance and operations documentation, development schedules, feasibility analyses, plans for configuration management, safety and security. A limited number of Top Secret/SCI and NATO Secret clearances will be required. The data produced under the resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (See 10 U.S.C. 140 c). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Offerors may request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412, (1-800-352-3572). Any resultant contract may include an organizational conflict of interest clause. To be considered qualified to perform these tasks, an organization must have experience in development, integration, operations, maintenance, and management of large-scale, real-time, interactive, operator-in-the-loop simulations. Respondents must show a demonstrated capability to complete efforts in all of the following areas: demonstrated modeling and simulation software development experience in both upgrading and initial development of virtual operator-in-the-loop software; demonstrated successful experience integrating upgraded real-time operator-in-the-loop simulators or actual fielded equipment representative of nodes of command and control ground and airborne tactical air control systems (C2TAC), joint intelligence and data communication systems (e.g., JSTARS, TIBS), and surface to air weapon systems (ADA, TAOC), and successful integration of a distributed (multiple sites) high fidelity real time virtual simulated environment. Extracts from documentation such as design specifications, software requirements, system operator manuals, interface Designs and programmer user manuals are required. Respondents must also show experience in operating and maintaining large distributed modeling and simulation facilities and successfully meeting large scale, short suspense test and exercise requirements. Respondents must have documented standard processes for their systems management, training, and engineering activities. These processes must be designed to be tailored for effective and efficient management and engineering. There must be evidence supporting their successful use on hardware and software development activities. Respondents must have a demonstrated capability to procure and manage high-bandwidth communications resources in a timely manner to support short-notice exercises and tests. Sources meeting the above requirements are requested to submit a written Statement of Capability (SOC). Large businesses are not required to submit A SOC. The SOC will be evaluated using the following criteria: (1) Special Technical Requirements of Proposed Procurement; (2) Understanding of proposed procurement; (3) Personnel; and (4) Past Experience. Responses are limited to a total of 25 pages including program plan, resumes, attachments, diagrams, etc. Any responses not addressing all requirements will be rejected. Submit original and two copies of response to Lorraine Otero, DET 8 AFRL/PKAW, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773 no later than 30 calendar days after the date of this announcement by 3:00 p.m., local time. The Government will consider all SOCs received within the specified time. SOCs may be faxed to the attention of Lorraine Otero at (505) 846-2149. This announcement is for informational purposes only and is NOT to be construed as a Request for Proposal, Invitation for Bid or an announcement of a solicitation. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Business or a Woman-Owned Business. To be considered a Small Business, the following applies: NAICS 541513, Size Standard $18.0M. Foreign owned firms must contact the Contract Specialist, Ms Lorraine Otero at (505) 846-2146 prior to submitting a Statement of Capability. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this negotiated acquisition. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Ombudsman at the Phillips Research Site of the Air Force Research Laboratory, Lt Col Robert Gillette, Deputy Director of Contracts (Det 8 AFRL/PK), at (505) 846-4979, or at 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. For contracting issues please contact Ms. Lorraine Otero at (505) 846-2146 or Ms Joan Schmidt at (505) 846-7606. SEE Note 25.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-R0006&LocID=2682)
Record
Loren Data Corp. 20001031/RSOL014.HTM (D-301 SN5053J3)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on October 27, 2000 by Loren Data Corp. -- info@ld.com