Opportunity Details


Acquisition Status
Awarded
Customer Office
AIR FORCE: AFMC: HQ AFMC - 88th ABW: ASC YW
Contracting Office
AIR FORCE: AFMC: AFACS: AFLCMC WNSK
Contract Duration
10 Yr. Total - 1 Yr. Base & 5 x 1 Yr. Option Period(s) Exclusive Intel
Est. Award Value
$1,000,000,000.00 to $25,000,000,000.00 Exclusive Intel
Contract Types
ORDER DEPENDENT Exclusive Intel
Evaluation Criteria
Trade-Off Exclusive Intel
Key Dates
Request a demo and we’ll show you what you’re missing.
No commitments, we promise.
Contract Vehicle
TSA IV
Award Type
IDIQ
Set Aside
Full & Open
Expand +

Incumbent Analytics


AERO SIMULATION, INC.

Funding to Date Funding Transaction Details
Modification Description Modification Reason Effective Date End Date Funding Obligated
OTHER AIRCRAFT PARTS AND AUXILIARY EQUIPMENT MANUFACTURING 5/1/2022 4/30/2028 9,455,181
Expand +

C2P Analyst Updates


Date 
Description
9/3/2019
Training Systems Acquisition (TSA) IV
Request for Information/Sources Sought

20 Aug 19

1. REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES
This RFI is in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award.
The Government is conducting market research to identify companies that may possess the capabilities and/or experience to competently and competitively respond to requirements to provide performance-based acquisition of training systems encompassing the tasks of analysis, design, development, production, installation, integration, test, database generation, and sustainment. Information gathered will aid the Simulators Division's (ASC/WNS) efforts to establish a streamlined and standardized acquisition process for delivering and supporting Air Force (AF) training systems.
The Government does not intend to award a contract on the basis of this RFI/sources sought or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this sources sought are advised that participation does not ensure involvement 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 RFI.
Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal.
2. AFLCMC/WNS MISSION
The AFLCMC/WNS mission is to lead the development, acquisition, and sustainment efforts necessary to meet AF Major Command's (MAJCOM) simulation and training requirements. AFLCMC/WNS at Wright-Patterson Air Force Base (WPAFB), Ohio is responsible for end-to-end lifecycle management of AF training systems encompassing complex aircrew, maintenance, and system-specific training systems in support of warfighter training at operating locations worldwide. AFLCMC/WNS customers include AF active duty, reserve, and National Guard and Department of Defense (DoD) joint warfighter as well as Foreign Military Sales (FMS). Aircraft platforms supported include: fighter, bomber, cargo/airlift/tanker, unmanned aerial vehicles (UAVs), and special operations that include helicopter platforms. Training system performance parameters are defined by requirements unique to each customer's mission and unique training needs.
3. ACQUISITION INITIATIVE
Whether it is the acquisition or sustainment phase of a simulation training system, emphasis remains on timely delivery and sustained total training system performance. In order to meet the challenge of executing an increasing number of programs, AFLCMC/WNS must streamline and standardize its training system acquisitions and support procurement processes. The AF has accomplished these requirements through the previous and current utilization of competitively-awarded Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts (Training System Acquisition (TSA) I, II and III). The AF remains committed to the ID/IQ approach and respondents are encouraged to provide recommendations for achieving this goal. The AF is planning similar multiple award ID/IQ contracts that include both large and small businesses, referred to as Training Systems Acquisition (TSA) IV. The TSA IV contracts have an anticipated award date of late Calendar Year (CY) 2022. A more detailed schedule will be provided as it becomes available. Elements under consideration include:
• Contract Length: The TSA IV ID/IQ contracts are expected to have an ordering period up to 10 years in length.
• Delivery Order Length: Individual delivery orders under a TSA IV contract may range in length up to 10 years. Different factors may determine the length based on the range of products or services to be delivered.
• Contract Types to be considered: Firm Fixed Price, Fixed Price Incentive Firm, Cost Plus Fixed Fee, Cost Plus Award Fee and Time and Materials.
• TSA IV Contract Execution: AFLCMC/WNS utilization of templates, a user's guide, Industry Forums, etc.
• Small Business Participation: A determination will be made based on overall market research to include RFI responses. The applicable North American Industry Classification System (NAICS) code is expected to be 336413, with a size limit of 1,000 employees including the offeror and its affiliates.
• Large Businesses will be required to have at minimum 20% small business subcontractor participation.
4. PROGRAM REQUIREMENTS
4.1 Capability Required
Performance-based acquisition of training systems encompasses the tasks of analysis, design, development, production, installation, integration, test, database generation, and sustainment. Sustainment of fielded simulation systems entails system modification, upgrades, maintenance, and follow-on production activities. System modernization and modification is required to ensure accurate representation of aircraft capabilities, described as maintaining concurrency with operational aircraft, as well as, technology insertion to address obsolescence issues that ensures continued system viability. Acquisition and sustainment of training systems also requires agility to respond to innovation opportunities, such as: increased commonality in system architectures and interfaces, cloud based data access, and shared digital environments; as well as agility to respond to evolving threats that challenge the system's cybersecurity and demand sound system security engineering through the life cycle. The sustainment of AF training systems is accomplished through Contractor Logistics Support (CLS), which includes elements of follow-on development, production, modernization, and support, as well as, training-related services such as courseware maintenance, academic/simulator instruction, security support, and cross-cutting innovation across multiple platforms.
Capabilities replicated in training simulations such as aircraft operations, weapons employment, navigation, command and control, and related networks. Simulation systems deliver the full range of required training from individual and aircrew events in a single aircraft to large-scale, theater specific, composite force mission rehearsal training. Training systems support initial qualification, upgrade, continuation, and mission rehearsal training. Maintenance training systems support the training of aircraft maintenance procedures specific to major subsystems of an aircraft platform that may include diagnostic and/or remove and replace tasks. System-specific training systems provide solutions to unique training needs and keep up with technology trends.
The Contractor shall comply with Authorizing Official (AO) specific instructions as directed by the government. The Contractor shall complete a system baseline which contains the configuration documentation that provides a snapshot upon which the SCA and AO base their risk decisions. The Contractor shall complete the required assessments and analysis necessary for the security authorization package to obtain and maintain an ATO. The Contractor shall facilitate a monthly System Security Working Group for the program as well as during each scheduled PMR. The Contractor shall provide technical input and work assigned action items to closure. The Contractor shall ensure that qualified personnel are assigned to perform cybersecurity duties IAW DoDD 8570.01, DoD 8570.01-M, and AFMAN 17-1303. The Contractor shall comply with the Defense Acquisition Regulations (DFARS) 252.239.7001 and all cybersecurity requirements stipulated in this Task Order. The Contractor shall assign an ISSM to this Task Order. The contractor shall provide the ISSO capabilities at all training sites excluding Weapon System Trainer (WST) and LS 19 and Royal Australian Air Force (RAAF) Base Amberley. The contractor shall manage the ISSOs IAW DoDD 8140, DoD 8570.01M and AFMAN 17-1303. The contractor shall comply with the Defense Acquisition Regulations (DFARS) 252.239.7001 and shall hold the qualifications for Information Assurance Manager (IAM) Level I/Information Assurance Technician (IAT) Level I. The contractor shall conduct initial and periodic analysis and secure configuration of any Commercial Off-the-Shelf (COTS) and/or Non-Developmental Items (NDI) to ensure that they are appropriately configured, that software/hardware/firmware is controlled, and that any unique risks posed are mitigated. The contractor will/shall also comply with Department of Defense Instruction Number 8510.01 Risk Management Framework (RMF) for DoD Information Technology (IT) May 24, 2016 and NIST 800-37 R2 Risk Management Framework.
The Contractor should be able to provide services to support SCARS standards development working groups to evolve and define standard interfaces for software. The Contractor should comply with SCARS standards to the maximum extent practical and should provide services to migrate training system software to a virtual machine or container. The Contractor should develop, maintain, procure, or deliver applications to the SCARS infrastructure as directed in a future task order. The Contractor should provide software development, maintenance, and sustainment for enterprise simulation software products and models which have Government Purpose Rights or Unlimited Rights. For instance, if a GFE weather model has been developed by the Government, the contractor will be responsible for sustainment and modification of the model including integration support with disparate simulators / training systems. The Contractor should maintain and modify System Models using SysML tools to reflect technical baseline for the system on contract and be able to provide ECP proposals that include anticipated system modifications from the SysML reference architecture. The contractor should also have the capability to maintain the technical baseline, code base, and make modifications to components of the Joint Synthetic Environment (JSE) to support the concurrency of the training system.
The contractor will act as the Supply Chain Manager (SCM) and Inventory Control Point (ICP) for the training system. The contractor shall provide property accountability/control of contractor managed and possessed GFP through implementation of integrated logistics and contractor processes (from acceptance and receipt to disposition) IAW DoDM 4140.01, V6, DoDI 5000.64, and Financial Improvement Audit Readiness/Remediation (FIAR) guidance. The contractor shall provide property related reports through Government Furnished Material Accountability (GFM-A) through transactional data updates or Chief Financial Officer (CFO) reporting methods as directed by the Air Force. As independently assessable elements under FIAR, the contractor shall audit, track, maintain, update, report, and reconcile GFP (GFE and GFM) transactions in the Air Force designated Accountable Property System of Record (APSR).The contractor must have an Inventory Management System used to track all Government property, which meets all IT requirements in order to interface with the Government APSR. A detailed Interface Control Agreement (ICA) and security documentation will have to be completed with Defense Automatic Addressing System (DAAS) Transaction Services and approved by Defense Logistics Agency (DLA) and HAF/A4 Logistics Readiness Division, which will outline the DLMS transactions required in the contractor's Inventory Management System.
In order to provide financial reporting data, the program contract must also contain a Contract Data Requirements List (CDRL) to clearly identify, track and report GFP managed and possessed by the Contractor quarterly to enable a complete, current, and auditable record of all transactions regarding GFP accountable to the contract IAW DoD FMR 7000.14, Financial Management Regulation and Chief Financial Officer (CFO) Act (DI-MGMT-80259/T).

4.2 Systems Description
The capabilities to be procured under TSA IV range from the acquisition and support of extremely complex system-of-systems to the basic sustainment of a single trainer. Some of the factors which contribute to program complexity include the phase of the system lifecycle; complexity of the platform being simulated; interoperability to other systems; the number of systems and operating locations to be supported; and specific technical solutions implemented.
A Total Training System is a complex system-of-systems, including a full complement of aircrew and maintenance trainers that together with academic instruction support the training required to execute weapon system mission(s). Acquisition of a complex system-of-systems includes development, production, and sustainment of Aircrew and/or Maintenance Training Devices. Such systems require high-fidelity simulation training as defined by the using organization and/or Federal Aviation Agency (FAA) certifications. For example, a high-fidelity aircrew training device in support of the AF's mobility mission simulates aircraft capabilities and also incorporates motion capability, as well as, realistic out-the-window displays to deliver immersive training. These types of training systems may also be required to link with local and geographically-separated training systems to conduct training operations. Acquisition and sustainment of complex systems typically delivers multiple training operations at multiple locations worldwide.
At the other end of the range of capabilities to be procured would be the sustainment of a single type of training device with a single configuration. Such a program typically requires little modernization or follow-on production. Emphasis is placed on operations and maintenance to include routine device upgrades in support of training at a limited number of operating locations, usually U.S.-based.
Additionally, services procured may include guaranteed student throughput, academic/instructor, courseware development and/or maintenance, and security services.
FMS task orders range from Total Training Systems to part-task trainers to maintenance trainers. Some simulator devices require secure facilities for operation and the simulator is ready to ship prior to the facility's completion. In these cases, the simulators are placed in storage by the contractor until that milestone is reached. Alternatively, some FMS customers have expressed a desire to train on their device regardless of facility completion. In these situations, it is optimal to have a facility where a simulator could be setup temporarily for training purposes (CONUS).
Because of the aforementioned requirement for training representative of aircraft capabilities, TSA IV contractors shall possess the capability to establish and sustain Associate Contractor Agreements (ACA) with aircraft primes/Original Equipment Manufacturers (OEM) to include classified documentation and the Simulation Common Architecture Requirements and Standards (SCARS) prime.
5. RFI RESPONSE
Industry is requested to provide the information listed below in order to help focus and structure the procurement approach. Respondents are requested to provide any feedback regarding your experience with TSA III. Responses should detail your company's capabilities and processes for accomplishing work associated with each phase of system lifecycle management as categorized below.
5.1 Business Information
In response to this RFI, please provide the following business information for your company/institution and for any teaming or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to NAICS Code: 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. Size standard: 1,000 employees. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, SDB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting.
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 Veteran Owned Small Business (Yes / No)
Large Business (Yes / No)
• Central Contractor Registration (CCR) (Yes / No)
• A statement as to whether your company is domestically or foreign-owned (if foreign, please indicate the country of ownership).
5.2 Capability Information
a. Describe your experience with front-end analysis, design, development, production, fielding, modification, and sustainment of training systems, to include:
• Production and/or sustainment of aircrew and/or maintenance training devices
• Development and/or sustainment of software and hardware baselines of training devices
• Systems Engineering tools and processes
• Quality Control tools and processes
• Risk Management tools and processes
• Integration of distributed training assets to include Combat Air Force and/or Mobility Air Force Distributed Mission Operations (DMO) standards
• Training System Requirements Analysis
• Courseware development and delivery
• Student Instruction
• CLS to include aircraft concurrency, upgrades, and modifications to existing training systems
• Analysis and integration of both aircraft and commercial technologies to develop efficient and cost-effective solutions
b. Discuss your company's core technical focus areas, as well as, your approach to obtaining technical capabilities needed to address other areas relevant to training systems acquisition and sustainment. Describe current industrial/engineering/software certifications or those expected in the next year.
c. Describe your experience with worldwide support and import/export licenses.
d. Describe your current security classification and resources available to perform classified changes/upgrades to training systems.
e. Describe your program and financial management processes. Identify whether you possess an approved Defense Contract Audit Agency (DCAA) cost accounting system. Describe your experience with Cost Fund Status Reporting and/or Earned Value Management reporting.
f. Describe your company's property program and/or systems.
g. Provide a short description of your facilities both current and planned (within the next two years) to include any classified facilities. . The Government may be interested in conducting contractor facility site visits as additional market research. Please include in your response your company's address and point of contact for future site visits the Government may be interested in conducting.
h. Also include a short description on any capital equipment relevant to training system support, i.e. glass, projectors, etc.
i. Address the extent of your experience as a prime contractor, subcontractor, and/or team member, particularly any experience with cross-teaming situations on multiple award ID/IQ contracts. Please include contract numbers, dollar values, and % of work performed under each contract.
j. Describe your experience as a participant in prior TSA or similar multiple award ID/IQ contracts. The Government is interested in any lessons learned regarding reducing delivery/task order award cycle time and resources. Also, describe any best practices for fostering small business participation on similar contracts that cover a wide range of complexities and requirements.
k. Describe your capability and experience with Simulator standards development / implementation.
l. Describe your capability and experiences with simulation software on virtual machine and/or containers.
m. Describe your ability to modify and sustain training system models and applications.
n. Describe the key attributes of model portability and the challenges with moving a model from one training system to a disparate training system. Assume training requirement for model capability and fidelity are similar.
o. Describe your ability to integrate cyber security patches with and testing to ensure.
p. Describe your ability to apply Open System Approaches to a system or application.
q. Describe your ability and experience in Model Based Systems Engineering, using SysML tools to maintain the technical baseline of the systems.
r. Describe your ability to use Platform as a Service to develop or maintain application.
s. Describe you experience with ATOs or ISSM/ISSO responsibilities.

Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Also, please provide any items you feel have worked well or not so well on the current TSA III contract, excluding any comments about the collaboration site.
Respondents should indicate which portions, if any, of their response are proprietary and should mark them accordingly. Formal responses should be e-mailed to [email protected] and [email protected]. Request responses by COB, 18 Oct 19. Also, mail an original signed copy of your response, postmarked on or before the same date, to:
AFLCMC/WNS
Attn: Andrea Heeley, Program Manager
2300 D Street, Bldg 32
Wright Patterson AFB, OH 45433-7249
Phone: (937) 656-8145
Technical questions regarding this RFI should be directed to Ms. Andrea Heeley, Program Manager, ASC/WNSPB, (937) 656-8145.
Direct and concise responses are requested. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 30 single-sided, 8.5"x11" pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.

2/25/2020
5/6/2020

Ready to win?

Request a demo and we’ll show you what you’re missing.
No commitments, we promise.

Request Demo
Expand +