Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2001 PSA #2973
SOLICITATIONS

10 -- PRECISION GUIDED MUNITIONS PLANNING SOFTWARE (PGMPS)

Notice Date
November 5, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
ZIP Code
32542-6864
Solicitation Number
F08635-02-R-0035
Response Due
December 5, 2001
Point of Contact
Robin Mayberry, Contract Specialist, Phone 850-882-3416x3252, Fax 850-882-2533, Email robin.mayberry@eglin.af.mil -- Mack Kirkland, Contracting Officer, Phone (850)882-3416 x 3162, Fax (850)882-2533, Email kirklandm@eglin.af.mil
Description
Initiative: This Sources Sought announcement is hereby submitted by the Area Attack System Program Office, Air Armament Center (AAC), Eglin AFB, Florida. The Air Force plans to contract for the development of a common Precision Guided Munitions Planning Software (PGMPS) Program. This acquisition was cancelled last year due to lack of funding. Funding is now confirmed to be available. However, this announcement is not a request for proposal (RFP) and does not commit the Government to award a contract now or in the future. Objective: PGMPS shall be a Unique Planning Component (UPC) of the USAF Joint Mission Planning System (JMPS). The overall program objective is to provide a single PGM mission planning application integrated with JMPS. PGMPS shall provide a common user interface for all PGM mission planning and a single interface control document (ICD) to define the integration with carrier aircraft UPCs. PGMPS must be compliant with the Defense Information Infrastructure-Common Operating Environment (DII-COE) to the same level specified for JMPS. Contract Scope and Award: The basic contract shall deliver mission planning software for the Joint Direct Attack Munitions (JDAM), Joint Standoff Weapon (JSOW), and the Wind Corrected Munitions Dispenser (WCMD) in the initial release (version 1.0); if funding is provided, Version 1.0 will be followed by another release (version 2.0, one year later) that will include the addition of the Small Diameter Bomb. A planned third release will add the AGM-130, GBU-15, and EGBU-15 weapons to PGMPS. Version 1.0 must include a common PGMPS UPC-to-Aircraft UPC ICD that governs the integration of PGMPS with all applicable aircraft mission-planning applications. It is anticipated that the contract shall include several options for software upgrades to accommodate changes driven by the JMPS framework, integration of additional aircraft with the existing PGMPS, and the probability of adding additional weapons. Version 1.0 must be delivered, certified for operational test, not later than February 2004 (assuming the JMPS schedule does not significantly slip). Version 2.0 must be fielded by February 2005, and follow-on releases shall occur annually in February of each subsequent year. An RFP release date of March 2002 is anticipated with a subsequent contract award planned for September 2002. Statement of Capability (SOC): Interested firms should submit a SOC within 30 days of this announcement to Ms. Robin A. Mayberry, AAC/YHK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808. The SOC must include, but is not limited to, successful experience or capability as a contractor in: (1) integrating Government-provided software and contractor-developed software, (2) the development, integration, and testing of mission planning software and weapon-specific mission planning software, and (3) facilities and personnel to handle and store classified information at the TOP SECRET level. Contractors that have previously submitted a SOC for this effort as synopsized under solicitation number F08635-00-R-0005 need only submit a letter stating any applicable changes and addressing their size standard for the herein cited NAICS code. As directed by the Foreign Disclosure Office, Eglin AFB, no foreign participation shall be allowed for this effort. Small Business: Firms responding to this synopsis should state whether or not they are a small, small disadvantaged, 8(a), HUBZone certified, woman-owned, historically black college or university or any other minority concern as defined in Federal Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 541511 with a size standard of $18M. A decision as to whether this acquisition shall be full and open competition or small business set-aside shall be based on responses to this synopsis and other market research. Points of Contact: Direct questions related to contracting matters to Ms. Robin A. Mayberry, Contracting Specialist, (850) 882-3416, Ext. 3252 or Mr. Mack Kirkland, Contracting Officer, (850) 882-3416 Ext. 3162. Direct questions related to technical matters to Major Dan Kimmet, Program Manager, (850) 882-8415, Ext. 3164 or Ms. Lynne Griffin-Henley, (850) 882-4261 Ext. 3094, Technical Lead. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Dr. Mario J. Caluda, AAC/CD, 101 West D Avenue, Suite 123 Eglin AFB FL 32425-5495-he may be reached at (850) 882-5558 or email caluda@eglin.af.mil. See Note 26
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-R-0035/listing.html)
Record
Loren Data Corp. 20011107/10SOL005.HTM (D-309 SN5122V8)

10 - Weapons Index  |  Issue Index |
Created on November 5, 2001 by Loren Data Corp. -- info@ld.com