Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1996 PSA#1538

ASC/VFKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433- 7218

A -- F-15 FLIGHT TEST SUPPORT SOL F33657-96-R-0012 DUE 030596 POC Thomas Kielbaso, Contract Officer, (513) 255-7927. The F-15 Contracting Division (ASC/VFK) at HQ Aeronautical Systems Center, Wright-Patterson AFB, OH, plans to issue a request for proposal for flight test support for the F-15 development test and evaluation programs at Edwards and Eglin AFBs. These programs include the Tactical Electronic Warfare System (TEWS), the AN/APG-70 Radar, the component improvements to the F100 engine, SEEK EAGLE weapons certification on the F-15E with Conformal Fuel Tanks (CFTs), avionics upgrade and software integration testing on the F-15, Advanced Medium Range Air-to-Air Missile (AMRAAM) integration on an AN/APG-70 equipped F-15, and support for the Air Force Flight Test Center (AFFTC) flight test operations conducted by the F-15 Combined Test Force at Edwards AFB CA. The period of performance is 1 Jan 97 to 31 Dec 2001. It is anticipated that five 12 month efforts will be separately negotiated due to the dynamic nature of this flight test effort. Although a sole source award is contemplated with McDonnell Douglas Aerospace (MDA), the purpose of this synopsis is to determine if a competitive solicitation can be issued. At Eglin AFB, the contractor will be required to supply: (1) program management, (2) data management, (3) direct labor skills consisting of flight test engineering, field service, and instrumentation engineering, and (4) staff and other equipment and services necessary to support the assigned tasks. The contractor shall provide support for: (1) Tactical Electronic Warfare System (TEWS) development, (2) weapons certification (SEEK EAGLE) on the F-15, (3) AN/APG-63 radar development, and (4) F-15 Multistage Improvement Program (MSIP) avionics software testing. The TEWS flight test includes development testing of the AN/ALR-56C Radar Warning Receiver, AN/ALQ-135 Internal Countermeasure Set, AN/ALQ-128 Electronic Warfare Set and the AN/ALE-45 Countermeasures Dispenser. The SEEK EAGLE program will include development of software for weapons release and flight testing for weapons certification on the F-15. The F-15 MSIP avionics program will test software upgrades to the aircraft Operational Flight Program (OFP). The AN/APG-63 Radar program will test software upgrades to the radar OFP. At Edwards AFB, the contractor shall be required to supply: (1) program management, (2) data management, (3) direct labor skills consisting of flight test engineering, field service, and instrumentation engineering, and (4) staff and other equipment and services necessary to support the assigned tasks. The contractor shall provide support for: (1) AN/APG-70 hardware/software development and testing on the Integrated Facility for Avionics Systems Testing (IFAST) bench and on the F-15E aircraft, (2) avionics software development and testing on the (IFAST) bench and F-15E and MSIP aircraft, (3) LANTIRN integration on the F-15E aircraft, and (4) F100 engine improvements on the F-15 aircraft,. The contractor shall be thoroughly familiar with hardware and software systems on the AN/APG-70 Radar and the AIM-120 Advanced Medium Range Air-to-Air Missile (AMRAMM) to integrate, flight test, and successfully fire the AMRAAM from an AN/APG-70 equipped F-15 aircraft. This effort shall include the operation and maintenance of avionics labs necessary to perform required Avionics Intermediate Shop (AIS) maintenance for a minimum of twelve F-15 aircraft, including F-15E aircraft. These labs shall be tailored to service the (1) AN/APG-70 Radar, (2) the Inertial Navigation System, and (3) the Central Computer, Head Up Display, Indicator Group, Armament Control System, Programmable Armament Control System, Flight Controls, Air Data Computers, Avionics Interface Unit, Remote Map Reader, Up-Front Control Panel, Combined Altitude Radar Altimeter, Programmable Signal Data Processor, Standard Flight Data Recorder (SFDR), Global Positioning System (GPS), and Multipurpose Display Processor. At both locations the contractor must have the following capabilities: maintain and operate the existing quick look telemetry ground station, provide assistance to integrate additional instrumentation measurements onto test aircraft, provide technical assistance for testing of the above described systems including assessment of aircraft instrumentation and test item performance, repair and refurbish instrumentation and TEWS/IFAST laboratory equipment, perform test bench calibration and installation of test bench modifications while maintaining commonality with the MDA, St Louis, integration bench, assist in equipment troubleshooting and problem analysis, manage test bench activity including test scheduling, preparing test procedures, conducting tests and providing engineering analysis and documentation. The contractor shall also provide custody control, receipt, inspection, warehousing, accounting, repair and MILSTRIP requisition of parts associated with the instrumentation of the test benches and support equipment, accomplish program coordination and sharing of technical data, to ensure commonality of effort between programs, correlate the development effort with the integration requirements of the F-15 production configuration, and provide administrative services such as security (including custody and control of secure telemetry equipment and data), secretarial, transportation, and procurement. The contractor shall provide all normal hand tools, electronics tools, tool chests, reference books, personnel clothing, common personal safety equipment, and all other items normally associated with the various skills to be provided. The contractor shall be responsible for establishing and maintaining effective safety and quality control programs. Additional testing may also be requested or authorized by the Air Force. The contractor shall provide maintenance support for F-15 aircraft and related subsystems during flight test and development at Edwards and Eglin AFBs. In general, the contractor shall have a thorough knowledge of the F-15 aircraft and major subsystems with the ability to assist in the maintenance of the aircraft, avionics, weapons systems, and related support equipment for F-15 subsystems. In response to this synopsis, the contractor shall include in the capabilities statement the following: (1) dedication of key management and program personnel with a resume of their previous experience with the tested systems and flight test support efforts, and (2) evidence of capability to perform successfully within the above described parameters. McDonnell Douglas Aerospace, St Louis, Missouri, is currently supplying the flight test support. Only US-owned companies may apply. US citizenship is required. Firms responding should indicate whether they are, or are not, a socially and economically disadvantaged business and whether they are a woman-owned business. Respondees shall include their assigned Commercial and Government Entity code (i.e., Federal Supply Code for Manufacturers, a five digit code assigned by Commander, Defense Logistics Service Center, Attn: DLSC-FBA, Federal Center, Battle Creek MI, Reference DOD 5000.12M). In your response, information is required as to whether your firm is considered a small business in relation to SIC Code 8711. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. 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 stage 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 Corcoran (ASC/IG), at (513) 255-0600, with serious concerns only. Routine communication concerning this acquisition should be directed to Mr. Thomas J. Kielbaso, ASC/VFKI, 2300 D Street, Wright-Patterson AFB, OH 45433-7218, (513) 255-7927. Responses are required within 15 days of synopsis publication. The request for Proposal is anticipated to be released 01 Apr 96. (0053)

Loren Data Corp. http://www.ld.com (SYN# 0003 19960223\A-0003.SOL)


A - Research and Development Index Page