Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF june 16,1995 PSA#1369

ASC/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