Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

16 -- F-15E Radar Modernization Program

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ASC/VFK 2725 C Street Wright-Patterson AFB OH, 45433-7424
 
ZIP Code
45433-7424
 
Solicitation Number
F15ERMP
 
Response Due
7/15/2005
 
Archive Date
8/15/2005
 
Small Business Set-Aside
N/A
 
Description
F-15 E Radar Modernization Program The F-15 Systems Group Wright-Patterson AFB, OH is conducting a market survey to identify potential sources that may possess the expertise, capabilities, and experience to be a radar provider for the F-15E aircraft. The nature of such an effort will require access to SECRET/NOFORN and higher classified material. Firms responding to this market research are placed on notice that participation in this survey may not ensure participation in any future solicitations or contract awards. Below is a description of the F-15E Radar Modernization Program (RMP) and a Contractor Capability Survey, which allows you to identify your company's expertise, capabilities, and experience. REQUIREMENTS DESCRIPTION: We anticipate award of two separate contracts. The first contract is for execution of the System Development and Demonstration (SDD) phase of the F15E RMP. Major SDD tasks will include design, development, full weapon system integration and test of a radar system that meets the requirements documented in the Capability Development Document (CDD), into the F-15E Weapon System. The Capability Development Document (CDD) for the F-15E Radar Modernization Program has been approved by the Joint Requirements Oversight Council. The CDD may be reviewed by contacting Ms Sherlyn Robinson (937) 255-3816 (Sherlyn.Robinson@wpafb.af.mil) and providing the required security information. After successful completion of both SDD and Milestone C, a production contract will be awarded for both Low Rate Initial Production (LRIP) and procurement of the first lots of production hardware. As part of any production contract(s), the government will also purchase training support for Organizational-Level (O- level) maintenance personnel, training equipment upgrades, test equipment for an Interim Contractor Support (ICS) capability, and three years of ICS support. If the decision is made to provide long term support via an organic depot, the government may also decide to procure depot support equipment at this time. The Milestone C decision will also address timing of "break out" procurement of subsequent radar production lots. Projected contract award dates are no later than FY09 for SDD and FY10/11 for LRIP. Background There are presently 224 USAF F-15E aircraft in service worldwide. The current radars are, on average, 22 years old and are experiencing problems in reliability, diminishing manufacturing sources, and increasing radar sustainment costs. The goal of the F-15E Radar Modernization Program (RMP) is to affordably upgrade the F-15E radar system to significantly improve Reliability, Maintainability + Supportability (RM+S), maintain APG-70 operational capability, and lay the groundwork for future network-centric warfare requirements. Our plan is to leverage existing COTS/GOTS radar systems technology from already developed systems (examples include F/A-18E/F (APG-79), F/A-22 (APG-77) and F-35 (APG-81)). By emphasizing reuse and integration of existing technologies, the F-15E RMP approach will keep the program development risks low and development costs at a fraction of similar fighter radar improvement programs. The F-15E RMP will combine developmental and operational test activities to reduce schedule and cost. Using existing technologies will increase parts commonality across aircraft platforms, significantly improving supply chain management and reducing spares inventory and depot repair level costs. The modernized radar's open architecture and standard interfaces will facilitate technology insertion, technology refresh and component improvement. This upgraded radar will be an important component of Combat Identification (CID) and Theater Air and Missile Defense (TAMD) Families of System. CONTRACTOR CAPABILITY SURVEY: Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUB Zone small business and/or service disabled veteran-owned small business. The North American Industrial Classification System (NAICS) Code 336411, Aircraft Manufacturing, applies to this acquisition with a size standard of 1,500 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as a source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). In addition to the above, please provide the following information: - Company Name - Address - Point of Contact - CAGE Code - Phone Number - E-mail Address - Web Page URL Considerations: In addition to the information requested above, interested firms should submit sufficient information (limited to 25 pages) that will permit insight into their technical capabilities 1. Since the program will require access to SECRET/NOFORN and higher classified material, provide a security Point Of Contact for release of classified information through whom additional security data may be requested. 2. Provide experience and expertise in the following aspects of developing fire control radars. - Fighter Requirements for radars, radar modes, processing, crew interfaces, system, subsystem, and weapon interfaces qualification(s) of hardware including reliability and maintainability experience - Active Electronically Steerable Array Radars, including module manufacturing sources and important design parameters - Fighter characteristics and their influence on radar designs - Airworthiness Certification - Power and cooling budgets - Program protection plans - Structural loads - Electromagnetic interference/compatibility - System and subsystem software - Crew station characteristics - Compliance with frequency spectrum management regulations and directives - Sustainment and logistics support concept and operations - Maintenance and aircrew training systems and concepts - Nuclear Hardening Requirements - Program production and electronic attack experience 3. What is your firm's experience for applying counter-counter measures to assure that the radar can detect, track, and identify targets as applicable with or without electronic countermeasure (ECM) environments? What ECM environments and electronic counter countermeasure (ECCM) is your firm experienced in? Define the ECM properties and your level of accomplishment. 4. What is your firm's experience and expertise in supporting and executing fighter radar test programs at government or prime contractor facilities Define processes and experience at mitigating a baseline flight test. 5. What is your firm's experience with field modifications to accomplish installations when they include extensive Group A modifications? 6. What identification techniques and capability can your firm's radar employ? Discuss your expertise and experience? Describe accomplishments. 7. If you have a system currently in some stage of development, elaborate on that aspect (e.g., at what Technology Readiness Level (TRL) of the system, projected timeframe for completion of development, etc.) 8. What strengths does your firm have that enhances your ability to excel in the execution of DOD acquisitions? (E.g. ISO 9000, Software Capability Maturity Model (CMM) level, etc.) 9. What is the firm's experience and purpose of modeling, simulation and laboratory testing? Include relationships with applicable organizations and facilities, planning and executing modeling and simulations and laboratory testing of radars such as Electronically Steerable Radars. 10. Include examples of integration into aircraft systems. 11. Provide information demonstrating your ICS/CLS experience with major weapon systems. Include any depot teaming, contractor depot or organic depot start up experience. Information should be pertinent and specific to fighter radar and address the capabilities outlined above. Information marked "Proprietary" will be protected and will not be divulged unless mandated by existing laws. This information should be submitted in writing (preferably in both hardcopy and electronic - Microsoft Word - format) to ASC/VFM, Bldg 555, 2725 C Street, Room 104, WPAFB OH 45433-7424 not later than close of business 15 July 2005. The points of contact are: Contracting Officer: Mr. Bob Bochenek, (937) 904-6643, Robert.Bochenek@wpafb.af.mil Engineer: Mr. Thomas Campbell, (937) 904-6628, Thomas.Campbell@wpafb.af.mil Program Manager: Major Dan Kolota, (937) 904-6608, Dan.Kolota@wpafb.af.mil In accordance with recent changes to the Air Force Material Command Federal Acquisition Regulation Supplement (AFMCFARS), the position of the ASC Ombudsman has been terminated. If any potential offeror has any questions or concerns about this Contracting Officer, Mr. Bob Bochenek, (937) 904-6643, Robert.Bochenek@wpafb.af.mil. INFORMATION CONTAINED IN THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. For more information on F15ERMP--F-15E Radar Modernization Program please refer to http://www.pixs.wpafb.af.mil/pixslibr/F15ERMP/F15ERMP.asp
 
Web Link
F15ERMP-F-15E Radar Modernization Program
(http://www.pixs.wpafb.af.mil/pixslibr/F15ERMP/F15ERMP.asp)
 
Record
SN00836119-W 20050626/050624211942 (fbodaily.com)
 
Source
FedBizOpps.gov 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.