|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772ASC/LFDKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-
7249 99 -- UPGRADE AND MODIFY CURRENT OPERATIONAL CAPABILITY OF THE F-15
WEAPON SYSTEM SOL F33657-97-R-0007 POC Gerema Randall, Contract
Negotiator/Lee Huntington, (937)255-7927. The United States Air Force
is contemplating a sole source effort with McDonnell Douglas Aerospace
for a concept and requirements definition effort, to upgrade the
software suite (suite of Operational Flight Programs -- OFP) on the
McDonnell Douglas Aerospace (MDA) F-15 Weapon System platform, all
associated pieces of Support Equipment (SE), test benches, technical
data and all trainers which include the Weapons Systems Trainer (WST),
the Weapons and Tactics Trainer (WTT), and the Rapid Prototyping
System (RPS). An RFP is anticipated to be released no earlier than 23
Jan 97 with contract award planned for Jun 97. The performance period
is tentatively planned to last 10 months. The statutory authority for
this contractual action is 10 U.S.C. 2304(c)(1) in accordance with FAR
6.302-1(a)(2)(ii). Efforts to be included in this contract are: (a)
concept definition for the inclusion of all proposed integration
efforts related to new or upgraded weapons/systems, (b) requirements
analysis, definition and cost estimation leading to a final set of
integration requirements (commonly referred to as a features list) as
they relate to all Computer Software Configuration Items (CSCIs),
Configuration Items (CIs) and Configuration Software Units (CSUs), (c)
proposed plans for the integration effort of these documented items
with an Integrated Master Plan (IMP) and Integrated Master Schedule
(IMS) delineating how and when the final change list is to be
integrated. As a minimum, a suite's integration requirements (all
Weapon System Level Requirements and CSCI design requirements) and a
finalized IMP and IMS shall be documented and delivered to the USAF.
All design, development, integration test and fielding requirements
shall be identified in the IMS and consistent with ASC and contractor
software development models. Direct any routine communications
concerning this acquisition to Ms. Gerema Randall, Contract Negotiator
or Ms. Lee Huntington, ASC/LFDKI, Bldg 32, 2300 D Street,
Wright-Patterson AFB, OH 45433-7249, (937)255-7927, Fax (937)656-7167.
The technical points of contact are Capt Mike D'Ottavio or Mr. Dave
Lemming at (937)255-4228. An Ombudsman has been appointed to hear
concerns regarding 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 recommendation to the appropriate government personnel. 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 (937)255-3855. The Ombudsman should only
be contacted with issues or problems that have previously been brought
to the attention of the contracting officer and could not be
satisfactorily resolved at that level. See Note 22. (0028) Loren Data Corp. http://www.ld.com (SYN# 0353 19970130\99-0005.SOL)
99 - Miscellaneous Index Page
|
|