Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF july 5,1996 PSA#1630

ASC/VFKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433- 7249

A -- LOW RATE INITIAL PRODUCTION (LRIP) PHASE OF UPGRADE TO THE AN/APG- 63 (FCR) SOL F33657-96-R-0031 POC Deborah Stellini, Contract Negotiator/Thomas Kielbaso, Contracting Officer, (513) 255-7927. This CBD announcement constitutes a Notice of Contract Action of a proposed contract for Low Rate Initial Production (LRIP) phase of an upgrade to the AN/APG-63 Fire Control Radar (FCR) for the F-15 C/D aircraft. MDA is the F-15 aircraft manufacturer and has been the integrator of all subsystems since the inception of the aircraft. Hughes Aircraft Corporation, Radar Systems Division, is the only radar manufacturer of the APG-63/APG-70 radar. The purpose of this upgrade is to eliminate parts obsolescence while enhancing reliability and maintainability of the APG-63 FCR. Due to severe parts obsolescence with the existing APG-63, schedule is an important consideration in the execution of this program. Under this effort, the contractor will be required to build, modify (the aircraft), integrate, and install an upgrade to the APG-63 FCR. This upgrade must use the existing antenna and displays currently installed in the aircraft without modification. Only minor/limited modifications to aircraft interfaces shall be allowed. The upgrade shall use the APG-70 tactical software suite with only minor/limited modifications (i.e. built in test) and should be conducive to future upgrades to the APG-70. The upgrade system shall contain all radar modes in the APG-70 software and have future growth capability to meet new threats. The installed functional performance of the upgraded APG-63 shall be equal to or better than that of the APG-70 radar. Significant improvements to the Mean Time Between Maintenance Action (MTBMA) is required to support two level maintenance. The required threshold for the upgrade system is 120 hours MTBMA (less antenna). Additionally, the upgrade system must be supported by existing support equipment. Only minor modifications to the support equipment shall be allowed. The installation of the upgraded system shall be conducive to a field level retrofit. No certified reprocurement data is available. Small Businesses are hereby notified of potential subcontracting opportunities for this acquisition. Point of contact is: Director Of Procurement, McDonnell Douglas Aerospace (MDA), (314) 232-9154. The F-15 Aircraft Program Office (ASC/VF) of HQ Aeronautical Systems Center, Wright-Patterson AFB, OH proposes to award a contract for this effort during the third quarter of FY97. The contract will be awarded pursuant to the authority of FAR 6.302-1((10 U.S.C.) 2304(c)(1)), only one responsible source and no other source can satisfy agency requirements. Direct any routine communications concerning this acquisition to Ms. Deborah Stellini, Contract Negotiator, or Mr Thomas Kielbaso, Contracting Officer, ASC/VFKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249, (513) 255-7927, FAX (513) 476-7167. The technical points of contact are Capt Joe Pierce or Mr Pat Moore, ASC/VFWR, (513) 255-2354. An Ombudsman has been appointed to hear concerns from potential offers during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr Daniel L. Kugel, ASC/SY, at (513) 255-3855. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at the level. See Note 22. (0184)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960703\A-0002.SOL)


A - Research and Development Index Page