Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

C -- Air Combat Training System

Notice Date
11/20/2012
 
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
ACTS
 
Archive Date
12/27/2012
 
Point of Contact
Gregory L. Vistuba, Phone: 2106522011, Jessica L. Santos, Phone: 2106524053
 
E-Mail Address
gregory.vistuba@us.af.mil, jessica.santos@us.af.mil
(gregory.vistuba@us.af.mil, jessica.santos@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
20 Nov 12 Request For Information (RFI)/Sources Sought This is a RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. Introduction: THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. Air Combat Training Systems (ACTS): The Air Force is conducting market research for informational purposes to be used for preliminary planning to gain knowledge of capabilities, and qualifications from interested sources and small businesses who have the resources to perform the anticipated work requirements. The contractor shall operate, maintain and repair the ACTS and support the ACTS mission at Luke AFB, AZ, Gila Bend Auxiliary Field, AZ, and Holloman AFB, NM. 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, transportation, and supervision. 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. Additionally, the following will be the responsibility of the contractor on the Barry M. Goldwater Range at Luke AFB ONLY. Provide RCO personnel for 4 Class A manned, air-to-ground, electronically scored bombing/strafing ranges; maintain all on-range communications equipment; operate and maintain Unmanned Threat Emitters (UMTEs); operate and maintain Smokey Sam rocket launchers; and operate and maintain remote controlled moving targets. Additionally at Luke AFB only, maintain Link 16 and provide personnel to operate the Range Operations and Control Center. The anticipated total period of performance will be structured with a 12 month basic period and up to four one-year option periods. 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. All prospective offerors shall indicate their size standard (large business, 8a, etc.) when replying to this RFI. In your response briefly, describe your firm's experience with this type of service, current or past contracts that deal with the aforementioned services or similar services, and any information you deem relevant. Provide a point-of-contact to include an email address, your Federal Cage Code, Data Universal Numbering System (DUNS) and Central Contract Registration (CCR) number. Considerations and Business Strategies: Please provide information in the following areas: •1) Recent experience in procedure control (Radar/Air Traffic Control operations) of military ranges? 2) Recent experience with operating and maintaining Air Combat Training System (ACTS) hardware to include P5 systems? (P5 systems are used to record aircraft in-flight data for use in post flight playback and debrief. Subsystems 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) Recent experience with staffing and operating bombing ranges (i.e. Range Control Officers). 4) Recent experience operating and maintaining ground threat emitters to include Unmanned Threat Emitters (UMTE)? 5) Past corporate and Government contracts with relevant data supporting similar efforts. Please include references and points of contact. For purposes of this acquisition, the North American Industry Classification System (NAICS) is 541513, Computer Facilities Management Services. The SB size standard is $25.5 million. Small, HUBZone, Veteran Owned SB, and Women-owned businesses are encouraged to submit a capability information package. Perspective offerors must have the financial backing to defray mobilization and operating cost for at least ninety (90) days. Central Contract Registration (CCR) is mandatory. The Government reserves the right to consider a set-aside determination. Summary: It is the Government's intention to identify sources that can meet the above criteria. All interested business concerns shall indicate interest in responding to this RFI by providing the company name, capabilities stated above, mailing address, phone number, and electronic mail address to the following: Jessica Santos, Contract Specialist, jessica.santos@us.af.mil, (210) 652-7869 Greg Vistuba, Contracting Officer, gregory.vistuba@us.af.mil, (210) 652-2211. Responses are due NLT COB 3:00 CST on 12 December 2012 via email. NOTE: This RFI is for market research purposes only. This is not a Request for Proposal (RFP), solicitation or an indication that the Government will contract for this requirement. The Government will not pay for information received in response to this RFI and is in no way obligated by the information received. Further information on this acquisition 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/ACTS/listing.html)
 
Record
SN02934419-W 20121122/121120234329-17d4fd886308c31deede1a8b79500bd9 (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.