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