|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1997 PSA#1818ASC/YDK, Bldg 16, 2275 D Street, M/S 16, Suite 16, Wright-Patterson
AFB, Oh 45433-7233 16 -- B-1B, JOINT STANDOFF WEAPON AND JOINT AIR-TO-SURFACE STANDOFF
WEAPON EMD POC Contact Linda Young, (937) 255-5024 E-MAIL: Ms Linda
Young, Contract Negotiator, YoungLL@B1B.WPAFB.AF.MIL. CORRECTION OF CBD
notice of 3 Apr 97. This CBD announcement constitutes a Sources Sought
Synopsis. The B-1B System Program Office (SPO), Aeronautical System
Center (ASC), is planning for the integration of the Joint Standoff
Weapon (JSOW) and Joint Air-to-Surface Standoff Missile (JASSM) for the
B-1B Bomber. Both weapons are required to be compatible with
MIL-STD-1760 and will be certified for conventional weapon use only.
The Air Force is anticipating contract award in the January 1999 time
frame to a single contractor who will be best qualified to integrate
the weapons. The contractor will be responsible for the Engineering and
Manufacturing Development (EMD) for aircraft and launcher
configurations for JSOW and JASSM weapons delivery. As a minimum this
will include the physical interfaces for the internal carriage of the
JSOW and JASSM on the 180 inch Multi-Purpose Rotary Launcher; the
MIL-STD-1760 Class II electrical interconnection system between the
aircraft and the JSOW and JASSM; interface withthe AF SEEK EAGLE weapon
certification process; any software required to status, launch and
jettison the weapons; and ensuring that Block E B-1B capabilities are
not degraded as a result of this effort. Development testing for JASSM
and JSOW on the B-1B is schedule to begin FY01 first quarter.
Contractors interested in this effort must submit the following
information for evaluation to the government. Responses should be
concise, program specific and include all six areas: 1) Description of
experience in the integration and certification of conventional
weapons on to the B-1B platform and/or other Air Force platforms. 2)
Description of software development experience as well as
facilities/assets currently available to accomplish the design,
development and fabrication of any required hardware. 3) List the
qualifications of lead management, engineering, manufacturing and
quality assurance personnel projected to work on this program as
related to B-1B and/or other Air Force (or other comparable program)
aircraft component or subsystem production experience. 4) Indication of
large or small business in relation to SIC code 3728, size standard
1000 employees. 5) Indication of level and types of B-1B technical
data, analytical tools and data bases required to accomplish this
effort. The baseline software configuration for this integration effort
will be Block E Software in development from April 1998 through October
1999. The Block E software will be available no earlier than November
1999, however it will remain under Boeing North American control until
FCA/PCA currently scheduled for January 2001. The JASSM and JSOW
effort will be developed concurrently with Block E computer upgrade.
Both JASSM and JSOW will be carried on the Multipurpose Rotary Launcher
which is currently being upgraded for MIL-STD-1760 weapons. B-1B data
on the rotary launcher will be made available upon request, however the
design for the upgrade remains under Boeing North American control
until PCA is completed in December 1998. 6) Please indicate if your
interest is a prime or subcontractor. The government reserves the right
to break out components and set aside specific tasks for small
business. An Ombudsman has been established for this acquisition. The
only purpose of the Ombudsman is to receive and communicate serious
concerns from potential offerors when an offeror prefers not to use
established channels to communicate his concern during the proposal
development phase of this acquisition. Potential offerors should use
established channels to request information, pose questions, and voice
concerns before resorting to use of the Ombudsman. Potential offerors
are invited to contact ASC Ombudsman, Mr. Michael Coalson, ASC/SY,
WPAFB, OH at (937) 255-5535 (ext 232) with serious concerns only
Routine concern communication should be directed to the point of
contact listed below. Potential offerors are requested to submit two
(2) copies of an unclassified response (limited to 10 pages) within 30
days after publication of this notice to ASC/YDK, WPAFB, OH
45433-6503, Attn: Ms Linda Young, Contract Negotiator, (937) 255-5024,
E-mail address: YoungLL@B1B.WPAFB.AF.MIL. Requests for further
information regarding this announcement should be directed to the
Contract Negotiator. Foreign participation at the prime contractor
level is not authorized for this effort. See Note 13, 26.***** (0093) Loren Data Corp. http://www.ld.com (SYN# 0231 19970407\16-0011.SOL)
16 - Aircraft Components and Accessories Index Page
|
|