Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

99 -- Airborne Procedures Trainer (APT) Replacement for Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM)

Notice Date
1/13/2021 3:19:51 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
 
ZIP Code
84056-5837
 
Solicitation Number
FA8214-21-R-APT-R_MMIII_ICBM
 
Response Due
2/5/2021 3:00:00 PM
 
Archive Date
02/20/2021
 
Point of Contact
Terry Clark, Phone: 8015869135
 
E-Mail Address
terry.clark.6@us.af.mil
(terry.clark.6@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS FOR Airborne Procedures Trainer (APT) Replacement Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) Department of the Air Force, Air Force Materiel Command, AFNWC/NMAB BACKGROUND: The Air Force (AF) is in need a trainer for the Airborne Launch Control System (ALCS) of the Minuteman III weapon system. �The AF would like to obtain information to understand if systems exist to fulfill training certification requirements and who is available to tailor a systems to the specific needs.� The purpose of this Sources Sought Synopsis is two-fold. The first purpose is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be a full and open competition and/or a total small business set-aside.� The proposed North American Industry Classification Systems (NAICS) code is 611512.� If an alternate NAICS code is recommended, please provide the recommendation in the response.� The AF will use this information to determine the best acquisition strategy for this procurement.� The AF is interested in all businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The AF requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code (see the Section labeled �Responses� for response requirements).� Additionally, please provide any anticipated teaming arrangements.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The second purpose of this sources sought synopsis is to obtain information about schedule, cost, and other aspects of this potential procurement from the perspectives of development and implementation. NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to obtain information for planning purposes only. Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� Rather, the purpose of this sources sought is to determine potential sources for information and planning purposes only.� A determination by the Government not to compete this solicitation is solely within the discretion of the Government. DESCRIPTION: The United States Air Force (USAF) maintains ICBM�s in the northern United States. In an effort to establish greater warfighter capabilities multiple systems are capable of initiating ICBM launches. The APT-R is used to train the warfighter to initiate launches from a moving aircraft. To ensure warfighter readiness, the APT-R must be upgraded to provide a fully immersive and accurate training experience. The 625th Strategic Operations Squadron (STOS) detailed essential upgrades required to execute their mission. CAPABILITIES:� System integration shall include integration of the legacy trainer and the APT-R Audio indicators shall include all ALCS and E-6B sounds necessary for training certification Legacy hardware and software will be reused by the contractor to the maximum extent possible Instructor Workstations (IW) The contractor shall provide an IW Cab separate from student area Operational ALCS headsets shall be used for students Each IW shall enable communication between instructors and students through headsets The contractor shall provide four IW�s; two in the IW Cab and two in the student area The IW shall allow instructors to monitor, communicate, and record student activity The Instructor Cab shall not allow the students to see or hear the instructors without action Student area IWs shall enable free movement of the instructor within student area Instructor Interface (II) The contractor shall integrate an II replacing legacy APT interface without losing any current capabilities The II shall use primarily a touch screen interface The II shall include the ability to augment, add, and or lock blocks of faults while running a scenario or lesson plan The II in the IW shall allow the instructor to view any piece of equipment and discern the positions of all interactive pieces in real time The II shall allow instructors to add blocks without backing out of a scenario or lesson plan The II shall allow for answering or dialing to students or instructors as well as sending automated recording calls to students The II shall allow instructors to drop blocks in sequence, skip blocks on demand, and inject any of approximately 260 faults on demand The II shall include a navigable list of injects and or faults that instructors can scroll through and select for augmentation The II shall allow for lesson plan programming, modification, and saving The contractor shall include the ability to add or replace any existing audio recording and allow incorporation of new recordings to new or existing lesson plans E-6B enclosure shall resemble the actual enclosure in a realistic manner, both visually and physically, to ensure realistic and accurate training environment�that maintains the mobility of the enclosure The E-6B enclosure shall accommodate the Instructor Cab APT-R equipment and/or equipment models shall be in the same location and size as compared to the operational ALCS The APT-R shall have two warning panels, one forward and one rear, in the same location and containing the same visual indications as the operational ALCS The APT-R shall contain operational safety equipment in the exact locations as the operational ALCS Safety equipment shall include replica or operational gas mask Safety equipment shall include replica or operational oxygen hose Safety equipment shall include replica or operational inert oxygen tank Safety equipment shall include replica or original inert fire extinguishers APT-R shall use reasonably similar chairs and or rails to operational chair and rail system� The E-6B enclosure shall contain a rear battlestaff compartment with C-2 cabinet The C-2 Cabinet shall be modeled to emulate the operational ALCS C-2 Cabinet in physical location and facilitate training by allowing visual and location identifications of all items.� The Ultra High Frequency (UHF) C3 Baseband Control Assembly (BCA) shall also function as defined below UHF C3 BCA shall be functional in that� interaction allows manipulation of switches simulating an increase or decrease in radio transmission bar on the Radio Control Unit (RCU) The E-6B enclosure shall fit in room designated by 625th STOS at program initiation The E-6B enclosure shall accommodate assembly and disassembly with common hand tools and be modular enough to fit though standard 36 inch doorways The contractor shall include assembly and disassembly instructions along with transportation guidelines in the TO for the E-6B enclosure The contractor shall preform a Cost and Engineering Analysis for development of a realistic E-6B enclosure separately for each requirement The E-6B enclosure shall comply with AFOSHSTD91-501 and ensure parts may be moved without the use of manual material handling equipment Lighting within E-6B will originate from similar positions, be of similar color, be of similar intensity, and change according to training environment scenario Classified Storage Accommodates classified storage coordinated by the 625th STOS All equipment shall be approved for classified area at Offutt AFB APT-R power shall have undisrupted power supplied.� This requirement may be satisfied by the facility determined by the Program Office.� If not, the contractor shall ensure this requirement is met Documentation required for the APT-R program shall be listed in the Request for Proposal (RFP) ADDITIONAL INFORMATION REQUESTED: Provide a schedule from contract award through qualification and implementation Provide an estimate cost range as a Rough Order of Magnitude (ROM) from contract award through qualification and implementation. RESPONSES: Responsible and capable sources may identify their interest by providing a white paper capability statement (limited to 10 pages) with sufficient information to substantiate respondents have all of the capabilities listed in Capabilities and answering all of the AF questions.�� Government will consider responses to one or all of the purposes depending on company�s capability. ADDITIONAL NOTICES: Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued.� A determination by the AF not to compete this solicitation is solely within the discretion of the AF. �The AF will not pay for either the effort or the associated costs to respond, or for any information provided.� Government secondary point of contact is Daniel Scheer at daniel.scheer@us.af.mil�to include in� correspondence in response to this sources sought notice. **Removed DD Form 2345 requirement for this sources sought notice on 12 Jan 21/4:57 pm (MST) **The Government does not intend to provide any drawings or specifications for�this sources sought notice. (added 13 Jan 21/4:19 pm (MST)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59983c0410b84a52ade62c32e5cb08fc/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN05891712-F 20210115/210113230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.