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