Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1998 PSA#2079

ASC/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