The RFP Database
New business relationships start here

Towers Simulation System Sustainment


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

Tower Simulation System Sustainment Sources Sought

 

The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements for follow-on sustainment of 91 US Air Force Tower Simulation Systems (TSS), at multiple global sites.  Companies responding to this sources sought are advised that participation does not ensure participation in future solicitations or contract awards.  The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this request for information. 

We anticipate the contract scope of the TSS Contract will include the Contractor Logistics Support (CLS), sustainment, and Training System Support Center (TSSC) support for software and visual database generation, upgrade, and modification as further defined below.  

TSS Program Description
The US Air Force acquired 91 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 additional ATC towers.  All of 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.

TSS System Requirements
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 TSSC will be firm fixed price.  Repair/maintenance of the trainers is the full responsibility of the contractor, including any spares and annual preventative actions/inspections at each of the 81 locations.  Spares to support the procured units were not purchased and are to be supplied "just in time" by Contractor under a firm fixed price CLS Contract Line Item Number (CLIN).  Adequate spares to support the configuration at time of contract changeover would be required, but not funded separately from the fixed price CLS CLIN. 

 

The contractor owns the trainer spares required to keep the systems operational at a goal of 95% of the scheduled training time.  Some spares are stored at the sites and replenished by the contractor as needed. Other spares are shipped as needed and are installed by contractor's employee/vendor technicians.

 

TSSC support consists of software subscription service/update capabilities and configuration management.  This software is not government owned and is proprietary to the incumbent Contractor.  The TSSC support includes but is not limited to; supporting databases and moving model libraries, supporting scenario development, supporting voice system, documentation updates, training material updates, maintaining and distributing site-specific data files, hardware configuration management, addressing and tracking identified deficiencies, and a web based integrated data environment.   

 

There will be contract options for the following actions: technical refresh/modifications, relocations of the TSS inter or intra base, different types and lengths of system administration training on site and at the contractor's plant, and engineering change orders either recommended by the contractor or requested by the users.

 

Other tasks required of the TSS Sustainment contractor will include, but not limited to: program management, systems engineering, scheduling, data management, system upgrades and enhancement development, development/modification of site specific visual databases and 3D moving models, subject matter expert support, and sustainment of the TSS.

Requested Responses
Part I.  Business Information:
Please provide the following business information for your company and for any teaming or joint venture partners:

•·         Company Name:  

•·         Address:               

•·         Point of Contact: 

•·         CAGE Code:       

•·         Phone Number:    

•·         E-mail Address:   

•·         Web Page URL:   

•·         North American Industry Classification System (NAICS) Code:  541511
Based on the above NAICS Code, state whether your company is:

•-        Small Business                                    (Yes / No)

•-        Woman Owned Small Business          (Yes / No)

•-        Small Disadvantaged Business           (Yes / No)

•-        8(a) Certified                                      (Yes / No)

•-        HUBZone Certified                            (Yes / No)

•-        Veteran Owned Small Business         (Yes / No)

•-        Service Disabled Small Business        (Yes / No)

·     Central Contractor Registration (CCR)   (Yes / No)

Part II. Capabilities:
1.  Describe your company's technical competencies and experience in sustaining high fidelity Air Traffic Control training devices.  Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers).

2.  Describe your specific capabilities to sustain a training system for air traffic controllers, be sure to include any information relative to your experience with pseudo voice and voice recognition and response.

3.  Assuming a contract award in November 2018, how soon could your company stage up to support the TSS sustainment.

4.  Describe your experience with visual data base generation and sustainment.

5.  Address your expectations with respect to reuse, modification, and integration of legacy software, and COTS; including software, data, and documentation rights restrictions.

6.  Identify expected software risks for this effort and how you might propose to mitigate them.

7.  Describe your experience with Air Traffic Controller's formal training. 

9.  The Government is contemplating a Firm Fixed Price, sole source contract for sustainment. Do you anticipate any issues under a contract of this type?

10.  Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy?

11.  Identify the top five risks you foresee in executing an acquisition of this scope.  Accompany the risks with mitigation strategies.

Part III. Communication:
If your company is interested, e-mail your responses to stephanie.shelley@us.af.mil and michael.hopkins.18@us.af.mil.  E-mail responses should be received no later than 11 August 2017.  Direct and succinct responses are preferred.  Marketing materials are considered an insufficient response.  Also, please mail one original signed copy of your response, on or before the same date, to:

AFLCMC/WNSK, Bldg 32

Attn:  Stephanie Shelley

2300 D Street

Wright-Patterson AFB OH 45433

(937) 656-8170


 


Your response should be no more than 10 pages (8.5x11 inches).  In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed.  Respondents should indicate which portions of their response are proprietary and should mark them accordingly.


 


Stephanie Shelley, Contract Specialist, Phone 9376568170, Email stephanie.shelley@us.af.mil - Bill Oswald, Contracting Officer, Phone 9376568283, Fax 9372551819, Email Bill.Oswald@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP