|
COMMERCE BUSINESS DAILY ISSUE OF june 16,1995 PSA#1369ASC/LURK, Bldg 16, 2275 D St, Ste 16, Wright-Patterson AFB, OH 45433-
7233 49 -- SPECIAL OPERATIONS FORCES, MC-130H COMBAT TALON II, AN/APQ-170
MU LTI-MODE RADAR ORGANIC DEPOT-LEVEL TEST AND REPAIR CAPABILITY POC
Capt Fred L. Valentine, Jr., DSN 785-0329/Commerical (513) 255-0329,
Contracting Officer. Special Operations Forces (SOF), Development
System Office, Integrated Avionics Testing Branch Contracting Division
(ASC/LURK), Aeronautical Systems Center, Wright-Patterson Air Force
Base, Ohio. Sources are sought for an effort to establish an organic
depot-level test and repair capability for the AN/APQ-170 Multi-Mode
Radar (MMR) installed on the MC-130H Combat Talon II (CTII). The CTII
weapon system, developed and produced by Loral Federal Systems-Owego
(FSO), is a modified C-130 aircraft integrated with both off-the-shelf
and newly developed avionics systems. The integrated avionics enable
the CTII aircraft to airland or airdrop heavy payloads over long ranges
at low altitude, at night, and under adverse weather conditions. The
CTII 's MMR is manufactured by Electronic and Space Corporation (E&S
Corp), under subcontract to Loral FSO. The MMR transmits and receives
radio frequency signals (KU-band and X-band) which are processed for
communication with the mission computer and controls and displays
systems which provide the CTII aircrew with radar images that are
presented on multipurpose displays. The MMR is integrated into the 1553
data bus and is a major interface with the aircraft navigation systems.
The MMR is capable of performing in the following modes: terrain
following, terrain avoidance, weather, ground map, and beacon mode. The
MMR consists of 8 line replaceable units (LRUs): 2 antennas (KU-band
and X-band), 2 receiver transmitters (KU-band and X-band), 1 signal
processor computer (SPC), 1 servo power supply (SPS), and 2 identical
signal data converters (SDCs). Non-deployable intermediate-level LRU
test and repair capability is provided by the Aircraft Radar Test
Station (ARATS) built by E&S Corp under subcontract to Loral FSO. The
ARATS is controlled by the Electrical Electronic Equipment Test Set
(EEETS) which is built by E&S Corp. Stand-alone, deployable
intermediate-level LRU testing exists for both the KU-band and X-band
receiver transmitter LRUs on the EEETS developed by E&S Corp under
subcontract to Loral FSO. Currently, stand-alone, deployable
intermediate-level repair capability is being developed for the SPC,
SPS, and SDC LRUs by E&S Corp. The MMR LRUs contain approximately 125
different reparable assemblies, hereby known as shop replaceable units
(SRUs). The SRUs are digital, analog, radio frequency and hybrid
circuit card assemblies and electromechanical devices. The MMR will be
modified from an interim -423e configuration to the final
specification compliant configuration. The final MMR configuration
specification is scheduled to be verified in June 97. Warner-Robins Air
Logistics Center (WR-ALC) has been selected as the organic source of
repair for the MMR depot. The MMR depot shall include all efforts,
data, training and equipment needed to troubleshoot and repair faulty
specification compliant SRUs and LRUs that cannot be repaired at the
intermediate level. The MMR depot equipment shall consist of automatic
test equipment (ATE), test program sets (TPSs), interface test
adapters, cabling, ancillary equipment, tools and technical orders. The
SRU TPSs shall be capable of fault isolating down to the component
level on a circuit board. The TPSs developed for the MMR depot shall be
hosted on an undetermined Commercial-Off-the-Shelf and/or pre-existing
ATE at WR-ALC based on current workload and availability to support
additional systems. The ATE shall be identified by the contractor as
part of the proposal effort. The Government cannot provide the
specification compliant LRUs/SRUs, the tester and/or ancillary
equipment, or the complete data associated with the MMR specification
compliant upgrade needed for the depot development. The complete data
package supporting the specification compliant configuration is
scheduled to be available in mid-1998. Loral FSO and E&S Corp are the
only known contractors who have access to LRUs/data. The Government
contemplates award of a firm fixed price contract. Due to availability
of funding, the issuance of Draft Request For Proposal is scheduled
for March 1996. The MMR depot-level repair capability contract is
scheduled to be awarded in December 1996 and end in December 1999.
Interested firms must be able to meet the scheduled 3-year period of
performance. Interested firms must be thoroughly familiar with the MMR,
including the specification compliant upgrade and intermediate-level
test and repair effort, must have previous experience developing SRU or
LRU TPSs, and must demonstrate excellent past performance with previous
contract efforts. Responses should include, at a minimum, the following
information: all engineering, management and production staff needed to
complete the effort, including man loading and resumes of key
personnel, previous experience and contracts associated with the MMR or
similar TPS development efforts, strategy for acquiring LRUs/SRUs, ATE
and ancillary equipment, and specification compliant data, detailed
financial capabilities, and description of available facilities. All
information received by the Government as a result of this request for
sources shall be at no cost, nor, shall the Government compensate any
respondent for costs incurred in the development of this information.
This request for sources in no way commits or implies a commitment by
the Government for future contractual obligation. An Ombudsman has
been established for this acquisition. The only purpose of the
Ombudsman is to receive and communicate serious concerns from potential
offerors when an offeror prefers not to use established channels to
communicate his/her concern during the proposal development phase of
this acquisition. Potential offerors should use established channels to
request information, pose questions, and voice concerns before
resorting to use of the Ombudsman. Potential offerors are invited to
contact ASC's Ombudsman, (Col Robert C. Helt, Director of Program
Management Directorate, ASC/CY, Bldg 2041, 2511 L St., Wright-Patterson
AFB, OH 45433-7303, at DSN 785-1427 or Commercial (513) 255-1427, with
serious concerns only. Routine communication concerning this
acquisition should be directed to the point of contact listed below.
Each firm responding to this synopsis shall include its size status in
relation to SIC code 3728, 1000 employees. Each respondent should also
include its assigned Commercial and Government entity (CAGE) Code (i.e.
Federal Supply Code for Manufacturers, a five digit code assigned by
Commander, Defense Logistics Service Center, Attn: DLSC-SBB, Federal
Center, 74 N. Washington, Battle Creek MI, Ref DoD 5000.12(M)).
Interested firms should submit sufficient information which will permit
evaluation of technical capabilities in writing to ASC/LURK, ATTN: Capt
Fred L. Valentine, Jr., Bldg 16, MS 16, 2275 D St., Suite 16,
Wright-Patterson AFB, OH 45433-7233, at DSN 785-0329 or Commercial
(513) 255-0329 or by facsimile machine, DSN 785-4018 or Commercial
(513) 255-4018, ATTN: ASC/LURK, Capt Fred L. Valentine, Jr. Responses
should include three copies. Only written or faxed requests received
directly from the requester are acceptable. No telephone requests will
be accepted. Request all interested firms submit their responses no
later than 15 Aug 95. (0165) Loren Data Corp. http://www.ld.com (SYN# 0412 19950615\49-0005.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|