|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1998 PSA#2079ASC/FBXC, Bldg. 16, 2275 D Street, Ste 16, Wright-Patterson AFB, OH
45433-7233 16 -- PRODUCTION OF F-15E MOVING MAP SYSTEM SOL n/a POC Capt Mark
Bennett, Contract Manager/Gina Moore, Contract Officer, (937) 255-3913
The objective of this synopsis is to seek interested sources able to
produce an integrated moving map avionics subsystem for installation
onto the F-15E fighter aircraft. Quantity required is 215. This system
shall be Off-the Shelf, Form, Fit, Function, interface compatible with
the current F-15E Remote Map Reader, Compressed Arc Digitized Raster
Graphics (CADRG), Digital Terrain Elevation Data (DTED), F-15
Operational Flight Program (OFP) Suite 3E, Program Loader-Verifier
(PLV), Air Force Mission Support System (AFMSS) and Electronic Systems
Test Set (ESTS). The system shall be capable of Height-Above-Terrain
calculations, Threat Intervisibility calculations, Terrain Masking,
Line of Sight calculations, and have a minimum of 2000 Hours Mean Time
Between Failure (MTBF). The Contractor shall be responsible for the
production of Group B kits. First deliveries to the field start in late
calendar year 1999 and complete by mid-calendar year 2003.
Reprocurement data inquiries need to be directed to Boeing, Richardson
at (314)-232-4584. Offers will be considered from any firm providing
clear and convincing evidence of its capability to meet all the
following criteria: (a) Capability to integrate and test the above
subsystem to be compatible with the current and planned configurations
of the F-15E; (b) Capability to conduct retrofit/modification
activities; (c) Capability to use and input data into the Logistics
Support Analysis file when conducting studies and analyses of training
requirements associated with the F-15E aircraft and aircraft
subsystems; (d) Capability to test and evaluate efforts in a manner
that shall include performance of the air vehicle, avionics, and
support equipment simulator, laboratory and aircraft ground tests.
(Note: Additional GFE assets may be available to support test and
evaluation activities, but need dates must be identified in a timely
manner); (e) Capability to conduct systems engineering and project
management for all subsystems; (f) Capability to provide all required
engineering data; (g) Capability to demonstrate/verify functional
compliance within the F-15E environment. Sources responding should
provide information concerning key management and program personnel
with a resume of their previous experience and evidence of capability
to perform successfully. This statement will have a twenty (20) page
maximum limit, double spaced, point size 12. SIC for this procurement
action is 3728, with a size standard of 1000 employees including the
offeror and its affiliates. Failure to provide the above data with your
response to this notice may disqualify your firm from further
consideration. Information requested herein is for planning purposes
only. It does not constitute a request for proposal and is not
construed as a commitment by the government. All responses from
responsible sources will be fully considered, however, receipt of
responses will not be acknowledged. All respondents are reminded that
the government must receive all responses within 30 days of publication
of this notice. Direct capabilities package and any routine
communications concerning this acquisition to Capt. Mark Bennett,
Contract Manager, or Ms. Gina Moore, Contracting Officer, ASC/FBAKX,
Building 32, 2300 D Street, Room 110, Wright-Patterson AFB, OH
45433-7249, (937) 255-3913, FAX (937) 656-4263. Technical point of
contact is Tom Liberio, ASC/FBAWX, (937) 255-3913. An Ombudsman has
been appointed to hear concerns from 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 the source selection
process. Interested parties are invited to call Mr. Stephen Plaisted,
ASC/SYIR, 1790 10th Street, Room 208, Wright-Patterson AFB OH 45433,
(937) 255-9095. 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. See Note 26. (0110) Loren Data Corp. http://www.ld.com (SYN# 0155 19980422\16-0013.SOL)
16 - Aircraft Components and Accessories Index Page
|
|