Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827

ASC/VXK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808

16 -- AIRCRAFT LAUNCHER INTERFACE COMPUTERS (ALICS) POC Ms Elaine Fryback, 904/882-4808, Ext 2195; Joe Bruscrino, 904/882-4808, Ext 2204 Note 22 is applicable (Texas Instruments, Inc.). The Lethal SEAD Division of the Weapons, Air Base, and Range Product Support Office plans to award a firm fixed price contract for the initial procurement of up to 44 Aircraft Launcher Interface Computers (ALICs) to be fabricated, assembled and tested. The production of the ALICs requires a substantial initial investment in excess of $6 M. The ALIC provides the basic interface between the F-16 aircraft and the High Speed Anti-Radiation Missile (HARM) and responds to pilot inputs through the F-16 core avionics. It programs the HARM to attack pilot selected threat radars, allows the HARM to be used as a sensor to locate threats, and reports to the pilot threats detected. The completed ALIC will then be integrated with the same quantity of aircraft launchers which will be provided as government furnished equipment (GFE). There is a potential to procure up to 131 ALICs in FY98, up to 129 ALICs in FY99, and associated spares in both years. In addition, foreign military sales may require procurement of up to 24 ALICs in FY98 and up to 50 in FY99. These additional procurements will also be integrated with a like quantity of aircraft launchers that will also be provided as GFE. This procurement continues an on-going production effort previously awarded to Texas Instruments, Inc. (TI) and requires that ALIC hardware undergo extensive acceptance tests requiring use of the TI developed ALIC Acceptance Test Equipment (AATE). The AATEs are committed to existing contracts and are not available for another contractor to start up a production line. In addition to the hardware requirement, this procurement will include a cost reimbursable Time and Material line item which will be used to conduct studies such as, but not limited to, parts obsolescence. It is anticipated that only one source, TI, developer and sole producer, can satisfy the Government's needs for this requirement in the required time-frame for hardware delivery 12 months after contract award. The Government plans to make updated information concerning this acquisition available to qualified offerors via the Business Opportunities section of the Eglin Home Page. Request for proposal (RFP) release is planned for early summer 1997 with proposal submittal required mid-summer 1997. Contract award is planned for late summer 1997. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Interested primes must submit a statement of capability within 15 calendar days of this announcement. Submit the statement of capability to Ms Elaine Fryback, ASC/WMSK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6807. This statement of capability must include, but is not limited to, a description of successful experience or capability in: (1) performing as a prime contractor dealing with obsolete electronic component issues: ability to receive parts alerts, research the impact to the ALIC design, determine suitable replacement parts and ensure the replacement parts will work in the system with no adverse effect; (2) performing as prime contractor to produce small quantities of high technology military systems at very LOW cost; (3) performing as a prime contractor to develop/acquire equipment to perform acceptance testing and environmental stress screening on the ALIC; (4) current/recent experience and approach to problem resolution, risk mitigation and cost/schedule control; (5) process for handling and storage of classified information and (6) recent subcontract management experience in low cost/short schedule environment. The statement of capability should show that the respondent has a current capability in place to meet the requirements of ALIC production, integration, and testing within the required time-frame. A complete technical data package is available for review, however, it has not been authenticated by the Government. Respondents are invited to provide their assessments of program risks, and non-binding estimates of cost and schedule. Risk assessments and estimates of cost/schedule should be provided separately from the statement of capability. These assessments and estimates will also be used in the screening evaluation as to how well the respondent could satisfy this Government procurement. Firms responding to this synopsis should include and state whether or not they are a small business concern or small disadvantaged business concern as defined in FAR 52.219-1 and FAR 52.219-2. An Ombudsman has been appointed to hear concerns from offerors or potential offerors 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 Col Timothy Kinney, Air Force Seek Eagle Office, 205 West D Avenue, Suite 318, Eglin AFB FL 32542-6865, (904)882-9051. 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 that level. The established channel for routine communications concerning this acquisition should be directed to the Contracting Officer, Ms Elaine Fryback at (904) 882-4808 Ext 2195 or the Program Manager Mr. Joseph G. Bruscino at (904) 882-4808 Ext 2204. Collect calls will not be accepted. See Note 22. (0106)

Loren Data Corp. http://www.ld.com (SYN# 0192 19970418\16-0008.SOL)


16 - Aircraft Components and Accessories Index Page