Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358

ASC/SMNT, BLDG 28 2145 MONAHAN WAY ROOM 147 WPAFB OH 45433-7017, 45433

A -- JSECST FOLLOW ON TEST PROGRAM SETS SOL F33657-99-R-2031 DUE 053099 POC Pam Shimek,937-255-2425 x3899 WEB: 99R2031-JSECST FOLLOW ON TEST PROGRAM SETS, http://www.pixs.wpafb.af.mil/pixslibr/99R2031/99R2031.asp. E-MAIL: pshimek@ntnotes2.ascsm.wpafb.af.mil, pshimek@ntnotes2.ascsm.wpafb.af.mil. The Joint Services Electronic Combat System Tester (JSECST) program has a requirement for the development of Follow-On Test Program Sets (FOTPS) for the F-15C (Suite 4), F-15E, F-15 A/B, F-16 Blocks 40/50/52, F-16 Blocks 25/30/32/42, A/OA-10, C-130E/H, AV-8B, F-14B/D, F/A-18A/B, associated pods with any of the above listed platforms, and potentially B-1, B-2 and C-130J platforms. The AN/USM-670 tester was originally contracted as a competitive procurement which was awarded March 96. The Core Test Set (CTS), applicable accessories, and the TPSs for the F-15C (Suite 3) and F/A-18C are currently being developed. This FOTPS requirement is for development of the TPSs which includes test program/test program media, test program interface hardware (antenna coupler sets will be provided as GFE), and test program instructions. The government does not have a technical data package for reprocurement of CTS, Software Development Station (SDS), and Air Force antenna coupler sets. CTS and SDS assets will not be available to be provided to potential offerors. The program office plans to award the FOTPS contract no later than Apr 00 in order to converge with the CTS Production contract award. The User's Required Assets Availability (RAA) is Dec 01. Responsible sources who feel they meet the above requirements are invited to submit a Statement of Capabilities (SOC) no later than 30 June 1999 to the address and POC cited in paragraph number 7 and 11. SOC's shall not exceed 5 pages and should include: (1) a description of existing Electronic Warfare (EW) TPS development experience -- TPS development experience to include the number of EW contracts worked as a prime or subcontractor during the past 10 years; minimum qualifications for this effort requires experience in the design, development, integration, manufacture and test of EW systems; (2) qualifications of lead management and engineering personnel; (3) organization structure for EW development; (4) information on existing plant, laboratory and test facilities needed to accomplish the program; (5) plan to acquire Core Test Sets (CTS) and Software Development Stations (SDS) assets and (6) capability to provide for the security of classified and up to SECRET level documentation. All respondents shall indicate whether they are large, small, or small disadvantaged business in relation to SIC Code 3812 standard 750 employees. This solicitation is NOT OPEN TO FOREIGN PARTICIPANTS AS A PRIME. Foreign-owned U.S. companies are not considered foreign companies. Release of classified technical data to foreign-owned U.S. companies and their receipt of any classified information is dependent on the type of facility security clearance under which the company is operating. An ombudsman established for this acquisition is Mr. Stephen J. Plaisted, 1790 10th Street, Room 208, Wright Patterson Air Force Base, OH, 45433. He can be reached at DSN 785-9095 or Commercial, 937-255-9095. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Interested offerors are requested to submit an unclassified response by 30 June 1999 to ASC/SMNT 2145 Monahan Way, Wright-Patterson AFB, OH 45433-7017, Attn: Pam Shimek (937) 255-2425, X3899 THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOLICITATION NOR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED IN THIS DISCUSSION. Posted 05/28/99 (D-SN337122). (0148)

Loren Data Corp. http://www.ld.com (SYN# 0009 19990602\A-0009.SOL)


A - Research and Development Index Page