Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOURCES SOUGHT

59 -- B-1 radar Reliability and Maintainability Improvement Program(RMIP) Production

Notice Date
1/8/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 812 ASEG/SYK2690 Loop Rd, Bldg 556Wright Patterson AFB
 
ZIP Code
00000
 
Solicitation Number
F33657-09-R-0001
 
Response Due
1/26/2009
 
Archive Date
1/27/2009
 
Point of Contact
Angela E Nalley-Swallow, 937-656-5054<br />
 
Small Business Set-Aside
N/A
 
Description
SourcesSought TITLE: B-1B AN/APQ-164 Radar - procurement of 134 Modular Receiver/Exciters (MoREs) and 134 Common Radar Processors (CoRPs) DESCRIPTION: SOURCES SOUGHT The United States Air Force intends to award a single production contract for the purchase of 134 Modular Receiver/Exciters (MoREs), and 134 Common Radar Processors (CoRPs) Line Replaceable Units (LRUs). The 812th Aeronautical Systems Group (AESG) (B-1 Systems Group) has the System Design and Development (SDD) under contract for these two LRUs with full development to be completed in January of 2011. The production contractor will be required to produce, support and maintain, and to integrate the two LRUs and will be required to equip the entire fleet of 67 B-1B aircraft by 2014. The 812 AESG anticipates awarding a single contract for the production, support and integration of these units in January 2010 following Milestone C approval. The B-1 radar Reliability and Maintainability Improvement Program (RMIP) will provide B-1 combat forces with an updated offensive radar system that reduces existing mission capable (MC) rate problems due to increasing DMS problems of the legacy AN/APQ-164 system. The existing B-1 radar system is over 20 years old and has not had a hardware upgrade since it was initially fielded in 1985. RMIP addresses critical sustainability issues on the B-1 weapon system and is required to avoid potential fleet grounding actions as early as the 2010 timeframe. The RMIP was designated an Acquisition Category (ACAT) II program. The RMIP production effort is replacing the two highest failure rate line replaceable units (LRUs). Under the RMIP production contract the B-1 Radar Receiver Transmitter (RRT) will be replaced with a derivative of the F-16 AN/APG-68 (V)9 receiver, the MoRE, and the B-1 Radar Signal Processor (RSP) will be replaced with a derivative of the F-16 AN/APG-68(V)9 signal processor, the CoRP. The RMIP is leveraging existing proprietary technology from F-16 APG-68(V)9 program to update the legacy AN/APQ-164 Offensive Radar System (ORS). The RMIP SDD Program is responsible for designing, developing, and integrating the B-1 Radar Modes with the two new LRUs, the MoRE and the CoRP. The MoRE and the CoRP were developed under a previous risk reduction effort at OC-ALC/327-CSSG. Following the completion of mode development and laboratory testing on the BAC 1-11, Northrop Grummans flying test aircraft, the 812 AESG in conjunction with the Operational Test Agency for the program will prepare for an Operational Assessment (OA) for the RMIP Program. A successful OA is one of the entrance criteria for a Milestone C decision, Low Rate Initial Production (LRIP). Milestone C for LRIP is planned for January 2010 with kit installs required to start in FY11 and be completed in FY14. RMIP will retain the dual-string hardware configuration of the existing AN/APQ-164. The SDD designed MoRE and CoRP LRUs are backward compatible for form, fit, and functional equivalents to the legacy LRUs to physically interface or interconnect with or become an integral part of the existing B-1 AN/APQ-164 Radar System. In addition the shape, size, dimensions, mass, weight, and other physical parameters must conform to the AN/APQ-164 Radar System, and the LRUs must meet the same action or actions of the AN/APQ-164 Radar System. Additionally, there is no Group A or software interface changes from the legacy to the RMIP system. The production kit for each B-1 aircraft will be comprised of two MoREs, two CoRPs, two adapter cables, two interconnect cables, and two brackets. For production, the only production design change from SDD anticipated at this time is the potential for a second handle on the MoRE. The United States Air Force has limited data rights to MoRE and CoRP hardware architecture, design, and documentation. Envisioned production Contract Requirements: 1) 4 lots of MoRE and CoRP LRUs, at least 67 kits in total from 2010-2013 (268 total, 134 MoRE and 134 CoRP LRUs). 2) 4 lots of MoRE and CoRP spares and support equipment including 36 MoREs, 41 CoRPs, 26 I/F Cables, 26 Adapters, and 4 Universal System Test Benches (USTBs) from 2010 to 2013 (2 at MOBs, 2 at OC-ALC). 3) Engineering changes to be cut-in to production MoREs and CoRPs and interfaces with the B-1B radar system. 4) Retrofit of hardware or software changes with B-1B software block upgrades. 5) All tech orders necessary for three-level maintenance. 6) All requirements that support install on the B-1 and to interface with the existing B-1 weapon system. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of providing the supplies described herein. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by the Air Force to identify capable potential sources. The 812th Aeronautical Systems Group will be assessing the level of market interest and competitiveness to this acquisition based on responses to the following: 1. Does your firm have knowledge of the entire B-1B fleet and the AN/APG-164 radar system (Include past performance ratings/evaluations such as Contractor Performance Assessment Ratings (CPARs), Award Fee Determinations, or similar contract incentives to verify this assertion)? 2. What strengths does your firm have that enhance and/or exceed the current MoRE and CoRP requirements? 3. Do you have past experience with the B-1B/AN/APG-164 radar system or similar aircraft/programs? 4. Does your firm have qualified personnel available to support onsite maintenance/sustainment activities? 5. Can your firm administer Type-1 training for the USTB to depot and operational maintenance personnel? 6. Can your firm build MoREs, CoRPs, to current design and specification requirements at rates of 22 kits per year with all needed spares and support equipment beginning in 2010? 7. Can your firm support a kitproof of MoREs and CoRPs on a B-1B aircraft at the beginning of LRIP to include a draft TCTO and T.O. verification? 8. Can your firm support possible engineering changes to the MoREs and CoRPs that result from failures in B-1B flight test in CY 2009? Can your firm roll those possible hardware and software changes into the MoRE and CoRP design prior to LRIP start in January 2010? 9. During LRIP, can your firm support integration of a concurrent MoRE and CoRP software upgrade program? Contractors responding to this shall submit the following information to: Required Submittal: Contractors must submit, by 26 January 2009, the following: 1. Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. 2. A summary of your related capabilities information based upon the Contractor Experience. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of 5 pages. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Please submit your responses electronically in a Microsoft Word compatible file. 3. Capabilities will not be accepted on the telephone. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the offerors product. Contract Details: This acquisition will be open to all type businesses, meeting the criteria. Firm Fixed pricing arrangement will be utilized. NAICS Code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing". CCR Registration: http://www.ccr.gov If you are a business interested in doing business with the U.S. Federal Government, you must be registered in CCR.AN/APQ-164 Radar - procurement of 134 Modular Receiver/Exciter (MoREs), and 134 Common Radar Processors (CoRPs) is an Aeronautical Systems Center (ASC) program.The current status is Sources Sought and it is a Category 59 - Electrical and electronic equipment components program. RESPONSE DATE: 26 January 2009NAIC CODE: 334511CONTACT POC: Angela Nalley-Swallow, Contracting OfficerPHONE NUMBER: 937-656-5054ADDRESS: 812 AESG/SYK, 2690 Loop Road W, Room 104, WPAFB OH 45433-7148 For more information on "B-1 radar Reliability and Maintainability Improvement Program (RMIP) Production", please refer to: https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=5969
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=68d777822775c2a11ce1a08549d6a9f6&tab=core&_cview=1)
 
Record
SN01729250-W 20090110/090108215614-68d777822775c2a11ce1a08549d6a9f6 (fbodaily.com)
 
Source
FedBizOpps 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.