Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

69 -- Joint Terminal Control Training and Rehearsal System (JTC TRS)

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
RFI-WNS-JTCTRS
 
Point of Contact
Thomas D. Sharkey, Phone: (937) 255-2666
 
E-Mail Address
Thomas.Sharkey@wpafb.af.mil
(Thomas.Sharkey@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information and Sources Sought Joint Terminal Control Training and Rehearsal System This is a request for information, issued for the purpose of identifying potential sources with the capability to accomplish the effort described herein. The ASC/WNS (Simulators Division) will be competing the Joint Terminal Control Training and Rehearsal System (JTC TRS) with deliveries beginning in fiscal year (FY) 2013. Our primary interface with industry will be the Federal Business Opportunities (FBO) (https://www.fbo.gov/) site. We anticipate releasing the Draft Request for Proposal (RFP) for industry comment in early calendar year (CY) 2012 and expect contract award in late 2012 or early 2013. If you have any questions or comments, please contact Tom Sharkey, Contract Negotiator, at 937-255-2666, email: thomas.sharkey@wpafb.af.mil. This is a request for information only as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government does not presently intend to award a contract based on responses to this RFI, but is in need of information on potential sources for a system in support of the Combat Air Forces' (CAF), Special Operations Commands' (SOCOM), and Air Force Special Operations Commands' (AFSOC) Tactical Air Control Party and Combat Controllers in performance of Terminal Control, Terminal Guidance, Close Air Support and Joint Fires operations. The potential exists for the future contract to also provide systems to support the Marine Corp ANGLICO's, US Army Forward Observers / Joint Fires Observers and various units throughout SOCOM. This RFI is intended to help the government formulate the acquisition strategy and schedule. JTC TRS is an OSD derived program designed to fulfill an immediate need for realistic training and mission rehearsal for Joint Terminal Attack Controllers (JTAC), Joint Fires Support, and Air Traffic Control in a simulated and controlled environment. The anticipated system(s) will be used to train basic procedures in the schoolhouse environment as well as mission rehearsal in large scale exercises. Mission rehearsal capabilities to practice, validate, and verify Joint Doctrine Tactics, Techniques, and Procedures (TTPs) are essential. This training capability provides direct support to Overseas Contingency and Combat Operations. Both manual real time control and automated simulation of airborne assets is required. Multiple configurations of the basic training system are anticipated which include a fixed version and a portable version suitable for forward deployment and/or ship board operations. The fixed-platform version will be configurable to suit student groups in a school house environment, team training and individual mission rehearsal. Instructor Operator Station(s), robust simulated threat environment, simulated natural environment, and Brief/Debrief Systems are all required subsystems. The military services are investing heavily in high fidelity, globally networked, combat mission simulations to provide training in virtual environments that approach live operations. All services are stressing interoperability as a basic requirement. By the time JTC TRS is expected to be fielded, many air-to-ground platforms will have simulators that are fully network interoperable. This requirement drives visual simulation requirements, geographically accurate visual databases, high fidelity representations of weapons systems that interact with JTACs, and high fidelity simulation of weapons effects. Each JTAC site will connect into the Distributed Mission Operations Network (DMON) as well as other service and joint networks. This will require the JTC TRS to comply with CAF DMO Interoperability Standards (described at http://www.dmodmt.com/) and follow the guidelines of CJCSI 6212.01C. An associate contract agreement with the DMON network provider and other simulator manufacturers will be required in support of distributed mission integration. The JTC TRS acquisition strategy was planned to be "build-to-print" based on a Production Representative Article (PRA); however, the PRA does not meet all of the requirements of the Government Performance Specification (PSpec). The Government intends to set aside a period of the contract period of performance for the development and test of an engineering development model before a Milestone C production decision is made. Detailed performance requirements can be found in the attached notional PSpec. Please note that this attachment may be updated. The Government anticipates scheduling both industry days and PRA demonstration days prior to RFP release. The USAF has a requirement for at least 55 systems to be delivered beginning in FY13 through FY19. The Government anticipates a contractor logistics support concept for the CAF. All systems will be housed in Government facilities. Government-contracted instructor/operators will support assets acquired for SOCOM/AFSOC under a separate contract. In response to this RFI, please provide the following information: 1. A description of your company, including address, CAGE Code, DUNS and Point of Contact information and your intentions for competing for this award. 2. A description of your company's experience in developing and deploying high fidelity training devices and simulations for combat training, including a description of your experience in networking simulators and working with interoperability mechanisms such as Distributed Interactive Simulation and High Level Architecture protocols 3. A description of your capability to develop, produce, test, and support a training system that meets the basic requirements described in the attached draft Government PSpec. Include information about your software development, manufacturing and production capabilities (including any ISO, CMMI or other certifications that you have achieved), as well as any subcontractor/teaming relationships that might pertain to this effort. 4. Provide an estimate of the length of time that your company would require to either complete the PRA development or provide your own solution that would meet the requirements of the PSpec. Address any risks that you foresee in completing the limited development using the PRA versus proposing your own solution. 5. A description of your company's capabilities and experiences in the worldwide deployment and support of complex training systems. Assuming a contract award in the 1st quarter of CY13, how soon could your company deliver an operational trainer to a CONUS/OCONUS location, and how many systems per year can your company deploy? 6. A description of your company's experience integrating disparate simulation software and hardware into an immersive mission training system with emulated equipment. 7. Identification of the top five risks you foresee in executing an acquisition of this scope. 8. Comments to the attached Government performance specification. The Government is especially interested in the technology challenges each offeror sees in the draft performance description, as well as any areas where the PSpec does not provide sufficient detail for any requirement that would allow a JTAC to complete a training activity or mission rehearsal. Your inputs will be evaluated to determine if changes are required to the performance spec. 9. Any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. 10. The applicable North American Industrial Classification System (NAICS) code is expected to be 333319, with a size standard of 500 employees. Indicate whether you are a large or small business in relation to NAICS 333319 and if small, your small business type (Small, SDB, etc.). Technical questions may be directed to Kenneth Millard, Program Manager at 937-255-4786, email: kenneth.millard@wpafb.af.mil. Contractual questions may be directed to Tom Sharkey, Contract Negotiator, at 937-255-2666, email: thomas.sharkey@wpafb.af.mil. Formal responses should be e-mailed (preferred), faxed or mailed to: ASC/WNSK (Attn: Tom Sharkey) 2300 D Street, Bldg 32 Wright Patterson AFB, OH 45433-7249 e-mail: thomas.sharkey@wpafb.af.mil. FAX: (937) 656-7538. Responses are requested no later than close of business on 22 Nov 11. Given the need for a rapid response to this RFI, lengthy and elaborate presentation material and explanations are discouraged. Marketing materials are not a sufficient response to this RFI. Please limit responses to no more than 10 pages, excluding comments to the draft Government PSpec. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided. Responses to the RFI will not be returned. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/RFI-WNS-JTCTRS/listing.html)
 
Record
SN02623385-W 20111117/111115234205-5e0d2d6888dc25efa1a6ac4257d4a047 (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.