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