Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

R -- Sources Sought - F-15E Misstion Training Center

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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
F15EMTC
 
Archive Date
8/6/2012
 
Point of Contact
Joseph F. Lyden, Phone: 937-255-3609
 
E-Mail Address
joseph.lyden@wpafb.af.mil
(joseph.lyden@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F-15E Mission Training Center (MTC) Follow-on Services Sources Sought Notice Description I. Sources Sought Synopsis (SSS) for Planning Purposes. This is a Source Sought Synopsis (SSS) in accordance with FAR 15.201. a) The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to provide training services for F-15E Mission Training Centers (MTC) following the end of the existing MTC services contract in July 2016. Only United States companies will be considered for contract award. The Government released a Request for Information (RFI) for this same program on 29 Jul 2011 and followed up with an industry day briefing on 12 Dec 2011. Potential bidders were allowed at that time to have a question and answer session with the Government to ask questions regarding the current requirement. b) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the Federal Acquisition Regulation. Companies responding to this market research are advised that participation does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this research. Respondents are solely responsible for all expenses associated with responding to this SSS. c) Although “proposal” and “offeror” are used in this SSS, your response will be treated as information only. It shall not be used as a proposal. d) Background: 1) The Combat Air Force’s (CAF) Distributed Mission Operations (DMO) program conducts mission rehearsal at ACC, PACAF, and USAFE main operating bases for F-15C, F-15E, F-16 Block 40/50, F-22, A-10, RC-135, and AWACS platforms, with interoperability between sites provided via the DMO Network (DMON). The F-15E MTC Integrated Product Team at Wright-Patterson AFB, OH is responsible for fielding aircrew training device capability that ensures the trainers maintain concurrency with the aircraft co-located at each base and meet standards and connectivity to participate in DMO Events. Currently, this capability is provided through a commercial training simulation services contract that meets the Air Force requirements. This contract is programmed to end in July 2016. The Air Force wishes to continue with a simulation services contract for the F-15E MTCs at no less than one (1) location and no more than four (4) locations that may include three (3) USAF CONUS bases and one (1) OCONUS base. Each F-15E site will connect into the DMON and will have to meet the CAF DMO Interoperability Standards (described at http://www.dmodmt.com). An Associate Contract Agreement with the network provider and other platform simulator manufacturers will be required in support of DMO integration. Contractors will be responsible for maintaining their simulation services concurrent with changes to aircraft and weapons operating at the respective locations. 2) The Air Force does not own the simulator equipment or data used for the current contract and will not be providing simulator equipment or any other data for which the Government does not have Unlimited or Government Purpose Rights. The Air Force has unlimited rights to three of the Operation Flight Programs (OFPs) used on the aircraft, but there are a number of other software data and design documentation for which the Government does not have Unlimited or Government Purpose Rights. The F-15E MTC contractor will be required to obtain Associate Contractor Agreements (ACAs) with other vendors or develop their own technical/software data solution(s). The contractor will be required to provide the Air Force with a plan regarding their software development process and how they plan to obtain all the necessary data required to provide a concurrent MTC for training. e) The Government anticipates non-personal, non-commercial, IDIQ services contract with a total period of performance of one five year base and anywhere from zero to no more than five 1 year options. Preparatory service payments will not be made. Equipment costs will not be removed from the evaluation criteria. f) All services/devices will be housed in existing Government facilities with minimal infrastructure changes and utilized by personnel designated by the Government. Government, contract or Air Force instructors, separate from this acquisition, will use all aspects of the services in preparation for and conduct of lessons. g) The purpose of this SSS is to determine offeror interest in providing F-15E MTC simulation services to the Air Force. II. Program Requirements: a) The F-15E MTC System will be a high-fidelity immersive simulation system that facilitates F 15E personnel training. This will include aircrew training at all levels, ranging from individual events in a single-ship mode of operation to large-scale, theater specific, composite force combat mission training and rehearsal in a distributed mission operation training environment. b) The F-15E MTC will be an integrated set of hardware and software that will implement the performance requirements specified in a requirements document that this organization will provide in the request for proposal (RFP). The MTC will be required to support basic and advanced mission training, tactics development, theater exercise support in both local and Distributed Mission Operations (DMO) environments, and possibly operational test and evaluation, for all active duty F 15E aircraft employment capabilities. c) Each F-15E MTC will include either two (2) or four (4) own-ships (one own-ship equals the front and back seat of the same aircraft), with a grand total of no more than 16 own-ships in service. Each MTC must be concurrent with the fielded aircraft baseline and capable of single-ship, local multi-ship, combat theater missions, and DMO training and mission operations. Each MTC will include computer generated force simulation, scenario generation capability, instructor operator stations, and brief/debrief systems. Specific performance requirements for all system elements will be defined in the requirements documents, but will be similar to the following requirements for the existing system: 1) Cockpits. The simulator system cockpits must be a high-fidelity representation of the F-15E aircraft including: controls, displays, avionics, weapons, sensors, communications, and aerodynamic flight modeling representative of the front and back seat of the F-15E aircraft. The system shall provide realistic simulation of F-15E handling characteristics for all normal ground and flight regimes. The system must be able to accurately represent all aircraft and weapons malfunctions. The system must be equipped with a full field-of-view, high-fidelity visual display, digital image generation system for visual, night vision imaging system, Joint Helmet Mounted Cueing System (JHMCS), radar data base, and EO/IR data base. The cockpits will be designed for networked training scenarios of one or more participants and in addition allow for stand-alone, solo aircrew training. Cockpit hardware and software will be modular and an open architecture design to allow for flexibility for upgrades and incorporation of new hardware/software technology. 2) Synthetic Environment. The simulator will create a realistic, high fidelity environment capable of supporting a full range of mission scenarios. It will support a mix of constructive and interactive entities that react to aircraft flight maneuvers, avionics, weapons systems, and atmospheric conditions. It will accurately model physical, electronic, aerodynamic capabilities, and fly-out characteristics of real world threats. It will also accurately model and integrate the impact of aircraft countermeasures (i.e., chaff, flares, jamming, anti-radar maneuvers, etc.). It will realistically model electronic combat entities and their effects. Constructive entities will include blue, gray, and red air entities as well as ground based threats (i.e. air platforms, Surface-to-Air Missile (SAM) sites, ground vehicles, ground sites, ground personnel, and maritime targets). Threats will operate under a realistic, dynamic command and control structure. The system will provide aerodynamic and visual simulation of aircraft battle damage. 3) Instructor Operator Station (IOS). Each IOS will provide the instructor the ability to independently monitor the simulation and all displays of an own-ship, or a combination of selected displays from the four interconnected own-ships. The system will also provide the capability to set up and run one or more independent simultaneous missions. It will also include the ability to simultaneously operate local and long-haul network devices and monitor all missions. This system must be capable of managing a DMO mission environment. The IOS will be capable of controlling and inputting threats, Emergency Procedures (EPs), malfunctions, instrument indications, and weapons hit/miss data. The IOS must provide means for generation, setup, monitoring, and evaluating simulated training scenarios and missions. These scenarios can be changed or modified by the instructors at any time during the mission via the IOS. The capability to share scenarios and missions between networked sites must be provided. The IOS will give the instructor the capability to insert specific or dynamically created situations into the simulation. This includes EPs, threats, instrument indications, weapon hit/miss data, and other mission events. The IOS will be capable of freezing/resetting individual or all four cockpits scenarios independently. The IOS must be capable of restarting at the point of freeze, start of mission, or at a dynamic instructor-selected point in the mission. The IOS must also be able to set mark points and repeatedly reset to those points. The IOS needs to allow generation of additional scenarios of varying classification levels concurrently with flying a scenario. 4) Visual Display System. The simulator system must include a state-of-the-art, high-fidelity digital image to present the aircrew with realistic, detailed, real-world imagery. This includes a fully correlated “out-the-window” visual display system supporting all aspects of complete mission training, including all cues necessary to support such training, as defined in ACC F-15E training syllabi and the Training Task List (TTL), to include night vision imaging systems. At a minimum, dynamic air model assessments (determination of range, closure, aspect angle, and visual identification) must support multi-ship tactical formations, Basic Fighter Maneuvers (BFM), Air Combat Maneuvers (ACM), and Air Combat Tactics (ACT) cues. Also, the visual system must support various air-to-ground missions such as Surface Attack Tactics (SAT), Close Air Support (CAS), and Combat Search and Rescue (CSAR), with ground and maritime static and dynamic targets. The visual display (out-the-window and in the cockpit for radar and EO/IR weapons capabilities) will provide a high-fidelity image (contrast, brightness resolution, scene complexity, etc.) to the aircrew. 5) Networking. The MTC must provide local area and wide area network capability and use the most current long-haul networking protocols. The systems will be capable of connecting to and being a full participant in the DMO environment for one, two, or more trainers and will be required to meet the CAF DMO standards. 6) Briefing/Debriefing Facilities. The brief/debrief capability should be able to provide a “God’s eye” view, selected own-ship or target views, and full battlefield observation (observation of the entire scenario, or a selectable major portion thereof). The system should include the ability to independently observe displays of an own-ship or a combination of selected displays from the four interconnected own-ships. The system must have the capability to record full mission data for replay. Brief, real-time observation, and debrief capabilities of this system must support all four own-ships simultaneously. The recordings should be both archivable on removable media and transferable to other sites over the network. Minimum recording time length of 120 minutes will be supported (a longer recording time is highly desired). The current brief/debrief system represents an example of the required capability. The brief/debrief capability should be able to provide “before the mission” planning or briefing mode, “after the mission” debrief capability, and “real time” observation capability to watch the mission as it unfolds. The before/after mission period modes require a video teleconferencing capability for all participating crews, at the appropriate classification levels. d) F-15E aircrews obtain over 20 percent of their overall training events through the MTC; therefore, ACC requires no break in training during the transition from the incumbent contractor. e) F-15E MTCs must be delivered and maintained in a fully operational status that remains concurrent with the home station aircraft configuration and that maintains the ability to be available for use at least 95 percent of the time. III: Directions Responding to this SSS. a) Offerors who responded to the Government’s RFI released on 29 Jul 11 are asked to again respond to this SSS. Please provide the following information: ( 1) Business Information. Please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: (2) Socio-economic Status. The anticipated North American Industry Classification System (NAICS) Code has changed since the last posting and is 541511 (Custom Computer Programming Services) and the Size Standard is $25M. Based on the above NAICS Code, state whether your company is: – Small Business* (Yes / No) – Woman Owned Small Business (Yes / No) – Small Disadvantaged Business (Yes / No) – 8(a) Certified (Yes / No) – HUBZone Certified (Yes / No) – Veteran Owned Small Business (Yes / No) – Service Disabled Small Business (Yes / No) * If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. (3) Is your company registered in Central Contractor Registration (CCR)? (Yes / No) (4) Please state plainly that your company can meet the conditions set forth in this SSS and therefore is able to provide the Air Force with an executable proposal. b) Please e-mail your responses to john.huber@wpafb.af.mil and joseph.lyden@wpafb.af.mil. E-mail must be received no later than 1700 EDT, 11 May 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F15EMTC/listing.html)
 
Record
SN02739728-W 20120506/120504235356-65a37fc2940da4c2972e60f906c91074 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.