Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
SOURCES SOUGHT

70 -- Flight Model for Training Simulation of F-16 Weapon System - Sources Sought Synopsis Doc

Notice Date
6/28/2017
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-17-SSS-4654
 
Point of Contact
Emily J. McCollaum, Phone: 8015860647, Andrea Bean, Phone: 8017770166
 
E-Mail Address
emily.mccollaum.2@us.af.mil, andrea.bean.1@us.af.mil
(emily.mccollaum.2@us.af.mil, andrea.bean.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Details for #4654 NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only. 1- The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 511210, with a corresponding size standard of $38.5M. The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. 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. Program Details: The 309th SMXG EPAF program requires a solution for new flight simulators. The TSSC-EPAF Project is required to provide an F-16 simulator with emergency procedure and flight characteristics that are suitable for pilot training. Item Despcription: Software, PN: EPAF F-16 MLU Flight Model Specs/Standards: MLU Flight Model Production Device License and maintenance Integration Support Documentation (ICD, ATP, POM, EPDD) Tech Requirements: Software Tagging Mandate, Section 508 of the Rehabilitation Act Mandate Quantity: 3 Each This is a Brand Name or Equal requirement. Equal options to the brand name mentioned will be evaluated against the follow Essential Salient Characteristics. Essential Salient Characteristics: Comprehensive flight model capable of full envelope training, normal procedures, emergency procedures, departures from controlled flight and entry and recovery from deep-stalls. Flight Model to represent EPAF MLU F-16 with the F100-PW-220 turbofan. This model must address capabilities associated with: - Implementing complete non-linear round earth equations of motion as defined by WGS84 - Observations of latitude, longitude, accelerations, mach number, dimensional angular rates, etc. - Compute all physical and sensed wind relative air data parameters - Atmospheric modeling based on US standard atmospheric tables - Aerodynamics to simulate the entire flight envelope to include basic aerodynamics, 7-control surfaces, dynamic effects, flexibility effects, ground effects, weapon store effects, hinge moments, etc. - Flight control system and failure conditions - Propulsion system and failure conditions - Hydraulic system and failure conditions - Fuel system and failure conditions - Electrical system and failure conditions - Emergency Power Unit and failure conditions - Environmental Control System and failure conditions - Weight and balance modeling - Ground reaction - Trim state conditions Flight Model Host Environment - User interface to control failure conditions Integration and Testing 3 Production License The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers. 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 Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail address: emily.mccollaum.2@us.af.mil andrea.bean.1@us.af.mil RESPONSES ARE DUE NO LATER THAN: 3:00 pm MST on July 14, 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-SSS-4654/listing.html)
 
Place of Performance
Address: Hill AFB, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04560529-W 20170630/170628234415-0c8aa9bcd29c955b2f45c9657cfde0a1 (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.