Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

HQ ESC, Directorate of Airborne Warning and Control Systems, Contracting Division (AWK), 3 Eglin St. Hanscom AFB, MA 01731-2115

58 -- AWACS INTEGRATION SUPPORT POC Timothy M. Frank, Contract Specialist, 617-377-5732; Katherine A. Morris, Contracting Officer, 617-377-8357. The United States Air Force Electronic Systems Center (ESC) intends to solicit a proposal and issue a sole source contract to The Boeing Company, Defense and Space Group, Seattle, WA for the below described projects. Authority for this action is contained in 10 U.S.C. 2304(c)(1). E-3 Maintenance Free Battery will provide increased high reliability, maintenance free batteries for aircraft applications, PDM Airframe Overhaul and Installation Kits will replace in-line maintenance for a select group of aircraft subassemblies and with a remove and replace concept, whereby repairable subassemblies are removed from the aircraft and immediately replaced with serviceable subassemblies, E-3 Zero Fuel Weight Increase will update technical documentation, to include specifications, structural design criteria, T.O.s, USAF Weight and Balance data, E-3 Combat ID Boundary will provide target processor and associated 1553 interface to correct combat identification deficiencies, E-3 Dehumidification System will provide site assessment, identify candidate dehumidification systems, equipment recommendation, procure dehumidification systems and required logistical support to meet forward operating location mission requirements, Radio Frequency Benchtop Reconfigurable Automatic Tester (RF BRAT) will provide a replacement for the Radio Frequency Noise Analyzer and the Stabilized Local Oscillator, E-3 AWACS Phase Maintenance Stands will provide three nose stand overhaul docks to enable simultaneous conduct of PDM maintenance actions and Block 30/35 installation, Air Refueling Amplifier will provide radio-out communication between the AWACS E-3 aircraft and tanker aircraft, Replacement of the Six-Port Waveguide Switch, located in the microwave receiver, will be procured for the entire E-3 AWACS fleet, Cooperative Engagement Capability (CEC) Study and Evaluation will perform the analysis and design activities required to install the Navy's CEC System onto the AWACS test aircraft, TS-3, IFF Solid State Transmitter will replace the current IFF Receiver/Transmitter on the E-3 AWACS aircraft, Current L1 Filter Choke and T1 Transformer will be replaced will be replaced by redesigned L1 Filter Choke and T1 Transformer, Program Depot Maintenance (PDM) process study to determine the availability of commercial Peculiar Support Equipment (PSE) which will improve the process. In addition to the above described tasks, the Government engineering services on an ongoing basis to (1) identify and evaluate technical alternatives to resolve current and projected deficiencies affecting E-3 readiness and sustainability, (2) propose appropriate technical solutions to current and projected systems performance deficiencies, (3) design, develop, test, and integrate systems, subsystems, components, and test equipment, as necessary, to meet specified requirements, to include guaranteed overall system performance specifications and integration of modifications and enhancements without impact to current performance specifications. Major emphasis will be placed upon the evaluation of the impact of any proposed modifications or changes on other subsystems in the E-3 and upon overall E-3 system performance. The Contractor will be required to perform a detailed analysis of all hardware and software interfaces and to identify impacts to all affected subsystems as well as total system performance. The Contractor will be required to provide any newly developed models or simulations, as well as supporting technical data, to include the ESC Modeling and Simulation Center (MASC) and The Theater Air Command and Control Simulation Facility (TACCSF). Based upon the resulting design studies and simulations, the contractor will prototype selected alternatives and demonstrate performance characteristics in a near real-world environment, using either an E-3 aircraft as a test bed or ground equipment providing similar test environment capabilities. The contractor will demonstrate feasibility of any alternative for production as well as its compatibility with both individual on-board systems and the entire E-3 system. Based upon the results of the prototype demonstration, the Government will require the contractor to prepare modification packages/data reprocurement packages for use in procuring production versions of the prototype hardware and software. Despite the Air Force's intent to solicit only Boeing, any firm that possesses the below qualifications to meet the above requirements should respond to the above address within fifteen (15) calendar days of this notice. Responders must certify that their development and laboratory facilities are cleared to DoD SECRET level. Responses must not exceed fifteen (15) pages in length. Responders should also indicate whether they qualify as a small or small disadvantaged firm. Indicate interest as the prime contractor of subcontractor. Contractor qualifications include the following: comprehensive technical knowledge of the current U.S. E-3 system, to include system performance characteristics and limitations, access to E-3 technical data, to include airframe data associated with the 707 aircraft, familiarity with the unique E-3 developmental infrastructure, to include facilities, laboratories, and test equipment, to enable the contractor to begin immediate performance on any task requiring use of these specialized facilities or equipment, and experience with large scale avionics intergration on complex command and control platforms. The Contractor must have 1) knowledge of U.S. E-3 airframe, avionics, and mission equipment and their interfaces, 2) a thorough technical understanding of all current U.S. E-3 upgraded programs and their impacts on existing systems, 3) and in-depth understanding of the U.S. E-3 aircraft military systems operating environment, and 4) intimate knowledge of the functional, electrical, mechanical and environmental interdependencies of th airframe, avionics, and mission equipment. The contractor must be proficient in Jovial programming to be able to modify the existing mission computer software. The Contractor must understand the existing software, including the numerous interdependencies between various sections which were developed prior to widespread usage of object-oriented programming techniques. See Numbered Note(s): 22. (0124)

Loren Data Corp. http://www.ld.com (SYN# 0216 19960506\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page