SOLICITATION NOTICE
69 -- EA-6B Mission Rehersal Trainer (MRT) Phase II
- Notice Date
- 4/10/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- Reference-Number-25311HJD
- Archive Date
- 5/24/2003
- Point of Contact
- Holly Deford, Contract Specialist, Phone 407-380-4418, Fax 407-380-4164, - Patricia Schaub, Contract Specialist, Phone 407-380-8065, Fax 407-380-4164,
- E-Mail Address
-
Holly.Deford@navy.mil, Patricia.Schaub@navy.mil
- Description
- Subject: EA-6B MISSION REHEARSAL TRAINER (MRT) PHASE II Description: The Government intends to award a sole source contract to Electronic Warfare Associates, Inc. (EWA) 13783 Park Center Road, Herndon, VA 20171. Electronic Warfare Associates, Inc. was tasked under Contract N61339-01-C-0002 to develop a prototype Mission Rehearsal Trainer (MRT) that integrated the EA-6B Weapons Systems Trainer (WST) Device 2F178 core emulation software with the EA-6B Unique Planning Component (UPC) software that is being developed by Northrop Grumman PRB Systems (NGPRB) under a separate contract. The MRT prototype developed by EWA contains three software modules. The 3-D control panel simulations which is the operator interface to the tactical software, the 2F178 core tactical software emulations, and the Electronic Warfare Simulator (EWS) that performs all calculations required to generate the threat environment related to platform movement and emitter characteristics as determined by NGPRB?s EA-6B UPC software. The MRT prototype is now developed. The MRT and the UPC prototypes possess highly complementary and synergistic capabilities that greatly enhance the ability of EA-6B aircrew to first plan (using UPC) and then rehearse a mission (using MRT), and then modify the mission plan (using UPC) based on the lessons learned during rehearsal (using MRT). Also, EWA developed the device 2F178, including the flight and tactics stations. The purpose of the new contract is to modify MRT software from its current prototype status of Operational Flight Program (OFP) 1.1 to Block 89A OFP 2.0, which will make the MRT compliant with the EA-6B OFP 2.0 UPC standards. This will further advance the EWS module to perform all calculations required to generate the threat environment related to platform movement and emitter characteristics as determined by the EA-6B tactical mission library data, commonly known as the ?after bubble? library. This will provide the appropriate release version for distribution to EA-6B fleet assets. This effort will include the tactical software updates associated with OFP 2.0. Additional enhancements under this effort include upgrading the 2F178 tactics station software to be compliant with the Block 89A OFP 2.0 release. Existing RDSI ?EWPro? scenario generation software will be replaced with software that increases functionality by improving the flight characteristics model to provide a smoother operation of the tactical station flight instrumentation during independent mode of operation, enabling the importing of missions and emitter data from Data Storage Memory Unit (DSMU) or Raymond Recorder Set (RRS) tapes and also allowing for the import of missions and emitter data from the EA-6B tactical mission library data. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Place of Performance
- Address: NAVAIR ORLANDO TSD, 12350 Research Parkway Code 253, Orlando, FL
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN00300946-W 20030412/030410213815 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |