|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ
07703-5008 58 -- GUARDRAIL/COMMON SENSOR. PRODUCT MANAGER AERIAL COMMON SENSOR IS
CONDUCTING A MARKET SURVEY FOR THE CONVERSION OF 3 EACH RC-12N AIRCRAFT
WITHOUT PRIME MISSION EQUIPMENT (PME) INTO 3 EACH RC-12P AIRCRAFT WITH
PME. DUE 060598 POC Point of Contact -- Ellen Morris, Contract
Specialist, 732-427-1331. Contracting Officer -- Kevin F. Coalkey,
732-532-5250. E-MAIL: GUARDRAIL/COMMON SENSOR.,
morrise@doim6.monmouth.army.mil. GUARDRAIL/COMMON SENSOR (GR/CS).
Product Manager Aerial Common Sensor (PM ACS) is conducting a market
survey for the conversion of 3 each RC-12N aircraft without Prime
Mission Equipment (PME) into 3 each RC-12P aircraft with PME. The
conversion effort includes RC-12N aircraft modification as well as
production, integration and testing of AN/ARW-86 PME and integration of
other subsystems. The purpose of this market survey is to identify
sources with the required expertise for both the production of RC-12P
Communication Intelligence (COMINT) PME and associated equipment and
the required aircraft modifications to accept the PME. Respondents must
have knowledge of the system designs and operation as well as the tasks
required to perform the major modifications, test and installation of
the PME into the RC-12P. The additional PME and aircraft modification
must be identical to the current RC-12P aircraft configuration and must
be fully interoperable with existing RC-12P aircraft and the TSQ-176A
Integrated Processing Facility (IPF). A technical data package (
drawings, LRU specifications, full software documentation, ATPs, etc.)
does not exist for the PME, the RC-12P aircraft modifications or the
PME installation, engineering models are not available. Respondents
must demonstrate experience with remotely controlled airborne SIGINT
collection systems and their capability to develop, integrate and test
collection systems into airborne platforms and perform the required
aircraft modifications. Respondents must also address the ability to
obtain the appropriate licensing agreement for use of any required
software and/or hardware. Hardware and software must be available for
integration and testing within 24 months after contract award and
complete installation, test, training and documentation within 30
months after contract award. Respondents must also address how they
would conduct this effort in absence of a PDP and engineering models
while maintaining full interoperability with the systems cited above.
Respondents must address all the tasks described above, partial
responses will not be evaluated. Only U.S. firms should respond to : PM
ACS, SFAE-IEW&S-SG, Building 288 (Market Survey, Fort Monmouth, NJ
07703-5000, Only written responses will be honored and respondents
should not contact the agency directly via phone, fax or email.
Responses must be received by no later than JUNE 5, 1998. This market
survey is to identify potential sources only and does not constitute a
request for proposal and is not to be construed as a commitment by the
government to purchase this equipment. (0140) Loren Data Corp. http://www.ld.com (SYN# 0324 19980522\58-0014.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|