Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

VCAS Hardware for AN/TYQ-23 (V) 5

Solicitation Number: FBOGTACS012009
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: Hill AFB OO-ALC
  • Print
:
FBOGTACS012009
:
Presolicitation
:
Added: Dec 29, 2008 11:53 am


1. 500 CBSS/GBLB, the Ground Theater Air Control System Support Office (GTACS SSO) located at Ogden Air Logistics Center (OO-ALC) is requesting information from (8)A Alaskan Native Corporations (ANC) to assist in the planning for the acquisition of Voice Control Access System (VCAS) Touchscreen hardware for the AN/TYQ-23 (V)5 command and control systems. As it is anticipated that this procurement will be set aside to an (8)a ANC, only (8)a ANC responses will be accepted and reviewed at this time.

2. Current AN/TYQ-23 (V)5 trackball/mouse arrangement does not allow AN/TYQ-23 operator to effectively manipulate command assets to coordinate/deconflict air space issues during peak flying times. Operators cannot manipulate the mouse rapidly enough to perform the various switch actions required for manipulating the air picture and connecting them via telephone and radio to aircraft and outside air traffic control, command and control, and sister service organizations.


3. In 2006, Northrop Grumman Engineering Systems developed a temporary engineering solution to address the above requirement. This procurement will use that engineering solution as a baseline for fleetwide modifications to the entire AN/TYQ-23 fleet (70 Systems). The procurement will be based on a Facility Users Manual (FUM) and parts list. No software changes are anticipated.


a. Background. The Modular Control Equipment (MCE), AN/TYQ-23(V)5, was produced for the United States Air Force (USAF). Seventy MCE Operations Modules (OMs) were functionally upgraded from the (V)3 version and remain in active service.
b. The (V)3 to (V)5 upgrade included the capability to integrate software applications, running on the open architecture internal or external SSUs, with the native OM operational software system running in the legacy AYK-14 Computer Units (CUs).
c. The previous version of the OM (TYQ-23(V)3 had separate touchscreen panels for communication control and air picture manipulation, allowing the operator to use both hands to control these functions. The current configuration places both of these functions on one screen, controlled by one mouse/trackball.


4. Requirements: Procure, assemble, test, and deliver (70) permanent VCAS touchscreen modification kits, retrofit kits, and spares to be installed in the AN/TYQ-23 (V)5.
a. Update of installation drawings and instructions for the OM kits (as required).
b. Update of design and development of mounting solution (as required)
c. The touchscreen capability shall be implemented using the fixed mount computer model JLT 1205-PS or functional equivalent.
d. Based on current design, a swing arm (or equivalent) mounting shall be utilized so that the operator may move the JLT 1205-PS Computer screen (or functional equivalent) to any point around the outside edge of the upper portion of the existing Operator Console Unit (OCU) monitor. The mounting should allow the operator to tilt the screen at a slight downward angle and/or twist left or right in order to optimize viewing angle and location for ease of use while seated.
e. VCAS Touchscreen design shall be the same as EDM & limited production systems, although it is expected that a limited amount of non-reoccurring engineering and testing will be required as a result of COTS obsolescence.
f. No changes to VCAS Touchscreen Operating System, Applications software, or firmware are anticipated. New COTS hardware devices might require unique device drivers that would have to be integrated into the system.
g. Effort is not a new design effort and will not address any current system deficiencies or implement corrections.
h. Retrofit kits for existing EDM & four limited production VCAS Touchscreen systems to establish one VCAS Touchscreen configuration baseline.
i. Update T.O.s and drawings as necessary to establish one VCAS Touchscreen configuration baseline.
j. Procurement will be based on the USAF owned Facility Users Manual that includes operations and maintenance instructions as well as parts lists for the VCAS Touchscreens.
k. No changes to the current MCE Operating System software are anticipated.
l. Provisioning: Hold provisioning conference to assess requirements for operational spares and equipment to address long term supportability of VCAS touchscreens.
m. Redlines to the FUM for any new hardware will be required and a draft Time Compliance Technical Order (TCTO) for field level retrofit of the four existing VCAS touchscreens.


5. Please provide formal responses to the tasks listed above. Address your capabilities to accomplish the tasks and provide highlights of successful past experience on similar government contracts within the past 10 years. List name of contract, contract number, and assigned Administrative Contracting Office (ACO) name and phone number for past experience.
a. Describe your current manufacturing capability and experience
i. Describe Quality processes to manufacture a System
ii. Describe Quality Program Management processes to manufacture a System
1. Risk management to achieve program objectives
2. Cost control and accounting management


b. Describe your current capability and experience with COTS obsolescence and integration in currently fielded weapon systems.


i. Integration of COTS into fielded systems
ii. Retrofitting fielded systems with COTS
iii. COTS experience related to AN/TYQ-23 (V)3, (V)4, and (V)5 systems


c. Describe your capability and experience with weapon system supportability and sustainment


i. Technical data management
ii. Provisioning


d. Describe your capability and experience with current AN/TYQ-23(V)5 system.
i. System operation
ii. Engineering
iii. Testing


6. Please provide your response electronically on no more than three single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins. The electronic format may be Microsoft® Word or Adobe® PDF format. Responses to this RFI are requested by close of business on 27 January 2009. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be e-mailed to:


Questions concerning this RFI should be directed to Ms. Brenda Collard via email; Contracting Officer is Ms. Brenda Collard, (801) 586-2096 DSN 586-2096.
United States
Primary Point of Contact:
Brenda Collard
Contracting Officer
Brenda.Collard@Hill.af.mil
Phone: ((801) 586-2096


NOTE: Some engineering services may be reqruied with this effort - NAICS 541330


:
OO-ALC/PKXB
6038 Aspen Ave (Bldg 1289)
Hill AFB, Utah 84056
:
Within the United States
In support of 500 CBSS/GBLB
6039 Wardleigh Rd, Bldg 1206
Hill AFB, UT 84056

Hill AFB, Utah 84056
United States
:
Brenda Collard,
Contracting Officer
Phone: 801-586-2096
Fax: 801-586-3756
:
Alan Gibson,
Al Gibson
Phone: 801-586-3360
Fax: 801-586-3756