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