SOLICITATION NOTICE
R -- Contractor Logistics Support (CLS) of the Tower Simulator System (TSS)
- Notice Date
- 10/11/2023 11:42:24 AM
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FA8100 AFSC PZIEC TINKER AFB OK 73145-9125 USA
- ZIP Code
- 73145-9125
- Solicitation Number
- FA810023R0003
- Response Due
- 10/26/2023 1:00:00 PM
- Archive Date
- 11/10/2023
- Point of Contact
- Mr. Herbert Duncan, Kevin Fullingim
- E-Mail Address
-
herbert.duncan@us.af.mil, kevin.fullingim@us.af.mil
(herbert.duncan@us.af.mil, kevin.fullingim@us.af.mil)
- Description
- The United States Air Force (USAF) acquired 89 Air Traffic Control (ATC) tower simulators for the USAF, Air Force Reserve Command (AFRC), and Air National Guard (ANG) airfields under the TSS program. �The USAF operates control towers globally in support of both civilian and military air operations, while the AFRC and ANG operate approximately 18 ATC towers. �All the TSS are located where mission requirements dictate, and support training and proficiency upgrade of a cadre of proficient tower controllers for worldwide deployment in support of national interests. �This simulation system provides tower controllers the tools to improve situational awareness, decision making, effective communication, and workload management. �Simulation exercises ensure all tower controllers have the means to meet new training requirements and remain at a competent level of proficiency that cannot be attained with available live air traffic.�The services required are highly specialized and require the use of MaxSim operating system that runs the simulator. CLS is required 365/24/7 with the establishment of a help desk function, an integrated web-based data environment, and a telephone/email response capability. �The follow-on contract for CLS and Training System Support Center (TSSC) will be FFP. �Repair/maintenance of the trainers is the full responsibility of the contractor, including any spares and annual preventative actions/inspections at each of the 80 locations. �Spares to support the procured units were not purchased and are to be supplied �just in time� by the contractor under a firm fixed price CLS Contract Line-Item Number (CLIN). The anticipated period of performance (PoP) is one 12-month base period (01 March 2024 - 28 February 2025), and four one-year options (01 March 2025 - 28 February 2029). Also included is the option to extend services, up to 6 months, IAW FAR 52.217-8. Place of contract perfromance: worldwide.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This synopsis is a notice to award a sole source contract to Adacel Systems, Inc.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cfcb9bae685043ea864760f927e0d6f3/view)
- Record
- SN06857022-F 20231013/231011230052 (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 |