Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

69 -- Training system to provide Forward Air Controllers with realistic training, making maximum use of virtual reality technology.

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297406T3004
 
Response Due
9/26/2006
 
Archive Date
10/26/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through FAC 2205-12. Solicitation number M62974-06-T-3004 is issued as a Request for Quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This synopsis-solicitation is 100% small business set-aside. The North American Industry Classification System code is 541512 and associated size standard is $23M. Items are as follows: CLIN 0001. MCAS Yuma seeks a training system that will provide Forward Air Controllers with realistic training, making maximum use of virtual reality technology. The system will support training for Forward Observers, Naval Gunfire Observers, Fire Support Planning, and Joint Tactical Close Air Support. Training objectives must be achievable through a variety of solutions that include classroom and laptop based training as well as being bundled with a separate small arms trainer. The system will be required to have a minimum of two training modes. A virtual mode shall allow forward air controllers to conduct fixed and rotary wing close air support missions, clos e air support using bomber aircraft, and AC130 gunship close air support. Coupled with indirect fire assets (i.e.mortars, etc.), trainees will conduct procedural training, close air support planning, coordination and de-confliction of aircraft, suppression of enemy air defense, marking of targets, and simultaneous attack of targets using both fixed and rotary wing aircraft. A second mode is required that will allow an individual to pilot the virtual aircraft acting as fixed or rotary wing aircraft. This mode shall also allow ground controllers to coordinate directly with the pilot and work to talk the pilot onto ground based targets just as they would in real world situations. This mode must facilitate mission rehearsals and allow aircrews to interact with ground control units prior to deployment. SYSTEM MINIMUM REQUIREMENTS: 10 firing unit inputs to include M198, M777, HIMARS, 120mm mortar, 81mm mortar, 60mm mortar; have correct ballistic tables, attributes, and display! correct ballistic actions (i.e., naval gunfire displays correct PEr of a long beaten zone when observing perpendicular to the azimuth of fire) and include all types of ammunition available to each weapon; ability to conduct four simultaneous indirect fire missions using any mix of weapons; include all ship assets that are able to conduct Naval Gunfire Support (Destroyer Groups, Carrier Groups, Frigates); incorporate every aircraft platform used by Navy and Marine Corps (EA-6B, F/A-18, C-130, AH-1, UH-1, CH-46, CH-53, MV-22) with correct flight attributes and capabilities and all weapons that can be employed by them; ability to conduct four simultaneous computer-controlled fixed wing Close Air Support (CAS) missions; ability to conduct four simultaneous computer-controlled rotary wing CAS missions; ability to give the aircraft final attack heading(s) and offsets; 9-line format for computer controlled CAS missions; ability to conduct one AC-130 Gunship CAS mission with orbit! and fire 105mm, 40mm, and 20mm, at specified grid upon demand or with Time-On-Target and Time-To-Target; Bomber missions with B-52s and B1s to include Joint Direct Attack Munitions (JDAM); capability to include all aircraft and interface with the Forward Observer?s display; Day and Night capability with both NVG as well as thermal settings; ability to author scenarios both from scratch as well as run-time authoring; full list of available targets to incorporate into scenarios, i.e. all threat weapons, vehicles, as well as non-threat type or neutral vehicles such as civilians, civilian vehicles, buildings, etc.; deformable terrain and targets; weather effects which must be able to be changed upon demand, i.e. wind speed and direction, light, precipitation, moon percentage, etc; be capable of being deployed and transported by one person; have Helmet Mounted Display for use with terminal attack control of aircraft; incorporate the capability to use real NVG equipment in a classroom environment; include JDAMS with real performance capabilities; all stations must be able to record and replay scenarios. Additionally, the facilitator must be able to begin the replay at any time, pause, rewind, fast-forward, slowdown, etc.; have capability to incorporate Falcon View type imagery for use in flight/mission planning. Quotes are solicited FOB Destination MCAS Yuma AZ. Inspection and acceptance will be at destination. All vendors submitting a quote are notified that you must be active in the Central Contractor Register database to be considered for award. The website for registration is www.ccr2000.com.The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 with the following applicable clauses for Para(b):(5),(14),(15),(16),(17),(18),(19),(20),(31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a firm fixed price contract resulting from this Request for Quotation based on lowest price technically acceptable offer. Award is to be on an all or none basis. All responsible business sources may submit a quote which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-06-T-3004 by 2:00 PM (PT) on 26 SEPT 2006. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at web site http://www.arnet.gov/far. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. Quotes may be submitted to Sharon Hutchins via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation
 
Record
SN01148528-W 20060921/060919221541 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.