Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOURCES SOUGHT

58 -- P5 CTS/ADVANCED DATA LINK (ADL)

Notice Date
4/20/2009
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA867809S0001
 
Archive Date
8/31/2009
 
Point of Contact
Merilee Kennedy,, Phone: 850-883-3404, Tina Kneip,, Phone: 850-883-3433
 
E-Mail Address
merilee.kennedy@eglin.af.mil, tina.kneip@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis and Request for Information (RFI). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. All responsible businesses, including small businesses, are encouraged to respond to this RFI. This synopsis is for planning purposes only and constitutes neither a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. The Air Armament Center, 689th Armament Systems Squadron, Eglin AFB, Florida, in coordination with Naval Air Systems Command PMA-205, is conducting market research to determine potential sources for a follow-on contract to the P5 Combat Training System/Tactical Combat Training System (P5 CTS/TCTS) acquisition. P5 CTS/TCTS provides realistic Air Combat Training to the warfighter and employs instrumentation on high activity participant aircraft and ground subsystem components. The system contains an air-to-air data link for sharing participant GPS based time-space-position information, and is capable of both rangeless and ground-based live monitor operations. This Sources Sought and Request for Information encompasses the continued production of the baseline P5 CTS/TCTS, modification of P5 CTS/TCTS, to include the integration of an advanced data link into the baseline, and sustainment of the total system. The continued production of the current baseline P5 CTS/TCTS may be required beyond the current contract authority of June 2010. The government has no RDT&E funds to develop a new baseline solution, nor does the government own unlimited data rights to the existing system. The government may also require modifications to the baseline P5 CTS/TCTS for reliability improvements. The most significant projected modification, called P5 Advanced Data Link (P5 ADL), will require the integration of a Joint Tactical Radio System (JTRS) encryption radio and an advanced networking waveform. The JTRS radio planned for this upgrade is the Small Form Fit-K (SFF-K) variant. This radio and the Range Instrumentation Waveform (RIW) are currently in development through two separate government contracts, and will be produced as an integrated data link called the Advanced Data Link (ADL). Interested parties will be expected to establish the necessary contractual relationship with the radio and waveform contractors to ensure the total system, with the integrated ADL, will meet performance requirements. Availability of the ADL is not expected prior to April 2011; however, Initial Operational Capability (IOC) of the upgraded system by FY13 is critical to meeting the user's requirement. The government will provide the Weapon Simulations Interface Upgrade (WSIU) software for integration. Interested parties will be expected to assume the role of a lead system integrator and accept performance responsibility of the modified system. This effort also requires a seamless integration into the existing AF/Navy P5 CTS/TCTS infrastructure without loss of current capability and compatibility with legacy systems, and must interface with existing proprietary display systems which are fundamental to the mission. For the above efforts, interested parties would be required to establish subcontracts, nondisclosure arrangements, and interfaces with other contractors and government agencies to: (1) perform tasks necessary to ensure the design of the P5 CTS/TCTS, its interfaces, and subcomponent integration meet the system performance requirements in accordance with the specifications; (2) enable free exchange of information, both proprietary and nonproprietary; and (3) resolve problems to prevent schedule delays. The 689 ARSS is interested in meeting the following requirements for continued production of the baseline system, modification (to include P5 ADL upgrade), and sustainment of the total system for an estimated duration of ten years: 1) Continue to produce P5 CTS/TCTS beyond FY10 and retrofit or produce the ADL-modified system totaling approximately 2000 participant subsystems (PS; airborne, internal, rack-mounted, etc.) and approximately 300 ground subsystems (GS) and associated Remote Range Units (RRU), based on service life cost benefit analysis results. 2) Integrate the ADL into the currently fielded P5 CTS/TCTS baseline through the modification of the airborne and ground subsystems, as well as associated support equipment 3) Meet Initial Operational Capability in FY13 4) Integrate Weapon Simulations Interface Upgrade (government furnished software) 5) Implement Multiple Independent Levels of Security (MILS) 6) Satisfy existing P5 CTS/TCTS requirements 7) Conduct test and evaluation, to include a System Integration Lab capability 8) Provide performance based field and depot level support 9) Develop potential incremental upgrades to include internal and rack-mounted configurations, bulk-net waveform, Navy battle group integration, and/or Live, Virtual, Constructive training capabilities 10) Address the potential for unlimited data rights 11) Provide system warranty Information available for potential government solicitation includes: 1) Waveform documentation 2) Radio documentation 3) Some non-proprietary P5 CTS/TCTS documentation and drawings, such as, P5 CTS/TCTS performance specification, tech orders, etc. 4) P5 CTS/TCTS executable code 5) Joint Display System (JDS) user information Required proprietary information includes: 1) Individual Combat Aircrew Display System (ICADS) Specifically, this announcement requests Statements of Capabilities outlining specific relevant experience and/or approach, as appropriate, in satisfying the above requirements, to include: 1) Demonstrated production of airborne subsystems (i.e. pods), integrated with ground subsystems and infrastructure 2) Capacity to produce 360 PS and associated GS, RRU, etc., within twelve months after receipt of order, for either baseline or modified systems 3) Identification of ADL integration risk areas in relation to technical readiness and maturity 4) Experience/Knowledge in: a. Air Combat Training Systems and AF/Navy training ranges b. MILS c. Data link encryption d. Real Time Operating Systems with Separation Kernel e. Certification of Information Assurance products/systems f. Cross Domain Solutions, to include Radiant Mercury, Trusted Guard, etc. g. JTRS Software Communications Architecture and networking waveforms h. Network simulation to enable verification of system requirements i. Lead System Integrator j. Aircraft interfaces and certification of aircraft stores k. Integration of weapon simulations and real-time execution l. Live, Virtual, Constructive applications, for instance Test and Training Enabling Architecture (TENA), Distributed Interactive Simulations (DIS), High Level Architecture (HLA), and comparable standards m. Performance based field and depot support Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. The white papers should be formatted as follows: Section A: Title, Name of Company, Name, Telephone number, Email address for a Point of Contact, Contractor Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number in the capability package and indicate company category, for example, a US company, large business, small business, small disadvantaged business or women-owned small business as described by NAICS code 334220. Those desiring to do business with the Air Force must be registered in the Central Contractor Registration System (http://www.ccr.gov). Section B: Background, Brief History highlighting past relevant experience working with Government agencies, including National Security Agency, Defense Contracting Management Agency (DCMA), Defense Contracting Audit Agency (DCAA), subcontractors, and foreign governments. Section C: Experience: Interested parties should respond based on subparagraphs above and identify number of years experience and specific systems experience and/or approach, as appropriate, in security, technical key attributes, integration, and performance based support. Please address all items; if no experience in an area, so state. Information associated with this effort is unclassified, or classified up to, and including, SECRET. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. All unclassified and classified responses should be marked accordingly and reviewed to ensure consideration of operational sensitivities prior to submission. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Unclassified responses are encouraged to the maximum extent practicable. Classified responses should be coordinated with 689 ARSS, Merilee Kennedy, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 6 May 2009 at 3:00 p.m. Central Standard Time (CST). Any responses received after this date and time may not be considered at the discretion of the Contracting Officer. Capability Statements and/or questions may be submitted in writing electronically to Merilee.kennedy@eglin.af.mil; or regular mail to 689 ARSS/PK Attn: Merilee Kennedy, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542; or faxed to (850) 882-3226.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4efba3c0d5df59e17e64b9a1dd143bb1&tab=core&_cview=1)
 
Place of Performance
Address: 314 Choctawhatchee Avenue, Bldg 40, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01797550-W 20090422/090420222457-4efba3c0d5df59e17e64b9a1dd143bb1 (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.