Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOURCES SOUGHT

R -- Air Combat Training Systems (ACTS)

Notice Date
9/24/2009
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-10-R-XXXX
 
Point of Contact
Elizabeth H. Preston, Phone: 2106527885, Debbie Woods, Phone: 210-652-7874
 
E-Mail Address
elizabeth.preston@randolph.af.mil, debbie.woods@randolph.af.mil
(elizabeth.preston@randolph.af.mil, debbie.woods@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Air Combat Training Systems (ACTS): The Air Force is conducting a market research for small business sources and participation in support of the ACTS and answers to a few basic questions regarding the capabilities of small businesses that may be potentially interested in this effort. Estimated contract start date is 01 Oct 2010 (FY11). The Air Force is interested in learning whether small businesses can provide the following services, consisting of, but not limited to: The contractor shall operate, maintain and repair the ACTS and support the ACTS mission at Luke AFB, AZ, Gila Bend Auxiliary Field, AZ, and Tyndall AFB, FL. The ACTS is a computer-based data communication and tracking network comprised of data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices. The ACTS mission is to provide an integrated realistic training environment in support of on-site and off-site aircrew/ground support crew training. An extension of the ACTS mission is support of continued development, testing, and implementation of ACTS systems and ancillary equipment. The contractor shall support the ACTS mission in a professional manner and provide continuity of operations and well-maintained equipment to safely accommodate all aircrew-training needs. The contractor shall furnish all personnel, equipment, tools, materials, transportation, supervision, and other items and services necessary. Provide the Range Training Officer (RTO)/Range Control Officer (RCO) with a real-time three-dimensional graphics display portraying aircraft dynamics while engaged in air combat scenarios. The display shall portray measurable aircraft (in-flight) performance, weapons status, simulated weapon trajectories (after-launch), no-drop bomb release scoring, simulated surface-to-air threat status and performance, and simulated surface-to-air threat weapons trajectories after launch. This coupled with continuous Radio Frequency (RF) voice communications provides the RTO/RCO with real-time training scenario situational awareness and safety monitoring of pilot and aircraft performance. For debriefing purposes, provide a recorded three-dimensional graphics playback displaying aircraft dynamics while engaged in air combat scenarios. This coupled with recorded RF voice communications playback provides the ability to replay events that have taken place from widely disposed view-points, debrief those events accurately, and analyze the situational awareness of all aircraft associated with the training scenario. Provide all users and support personnel with reliable data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices associated with the ACTS mission. Users and support personnel are those individuals/agencies whose involvement enhances the overall achievement of all ACTS mission objectives. The total period of performance will be two to three years, structured by a basic contract period and up to two option years. It is the Government’s intention to award to ONE contractor. All interested business concerns shall indicate interest in this acquisition by providing the company name, capabilities, mailing address, phone number and e-mail address to the contracting office. Pertaining to the capabilities, please provide information in the following areas: 1) any recent experience in procedure control (Radar/Air Traffic Control operations) of the military ranges?; 2) any recent experience with operating and maintaining Air Combat Training System (ACTS) hardware to include the P4 and P5 systems? (P4 and P5 systems are used to record aircraft in-flight data for use in post flight playback and debrief. Systems consist of the Control and Computation Subsystem (CCS), Transmission Instrumentation Subsystem (TIS), Airborne Instrumentation Pod (AISP) and the Advanced Display and Debriefing Subsystem (ADDS)); 3)any recent experience providing manning for bombing ranges (Range Control Officers)?; 4) any recent experience operating and maintaining ground threat emitters to include Unmanned Threat Emitters (UMTE)?; 5) past corporate and Government contracts with references and points of contact. Please submit responses not later than 19 Oct 2009. The Government reserves the right to consider a set-aside determination. It is requested that Small Business (SB) concerns provide sufficient written information supporting their capability to perform. Provide the required information stated above via e-mail. For purposes of this acquisition, the North American Industry Classification System (NAICS) is 541513, Computer Facilities Management Services. The SB size standard is $25 million. Small, HUBZone, Veteran Owned SB, and Women-owned businesses are encouraged to submit a proposal. Perspective Offerors must have the financial backing to defray mobilization and operating cost for at least ninety (90) days. Internet and e-mail capabilities are a must and Central Contract Registration (CCR) is mandatory. Points of Contact: Liz Preston, Contract Specialist, elizabeth.preston@randolph.af.mil, (210) 652-7885, fax (210) 652-5733 or Ms. Debbie Woods, Contracting Officer, debbie.woods@randolph.af.mil, (210) 652-7874. Further information on this acquisition (SB set-aside determination, draft Performance Work Statement (PWS), milestones, etc. will be posted on this FedBizOpp website. It is the responsibility of the prospective offeror to check this site regularly for any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-R-XXXX/listing.html)
 
Place of Performance
Address: Luke AFB, AZ, Gila Bend Auxiliary Field, AZ, Tyndall AFB, FL, United States
 
Record
SN01968924-W 20090926/090925000610-c85c3fdcdb600fdac0ed05b91b691a68 (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.