Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611

R -- AN/ALQ-131 ENGINEERING SERVICES SOL F09603-99-Q-52739 DUE 092499 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Carl Patterson/Lnkc/[912]926-7001 Engineering Services and all materials necessary for performance of (1) Software Maintenance of the AN/ALQ-131 Block II Blue Tape Generator/Preflight Message Generator (BTG/PFMG) and (2) AN/ALQ-131 Block II Common Software Development Environment and Host Computer Architecture Selection Studies. Descriptions are as follows: (1) The BTG/PFMG provides the ability to program both receiver threat parameters and ECM technique parameters. This effort shall require engineering and maintenance activities necessary to design, code, integrate, and validate software correcctions to twenty four (24) Software Problem Reports (SPRs) and Operational Change Reqeusts (OCRs) on the BTG/PFMG. The installed software updates and corrections shall not reduce the functional capabilities of the existing BTG/PFMG Version 3341. The BTG/PFMG functional capabilities are defied in Document 005 S000580B, Computer Program User's Manual for the BTG/PFMG. Deliverables shall include all computer software configuration items (CSCI) source code, all CSCI object and executable code, all tools used to create/update the CSCI and their source code where applicable, updates to the CSCI product specification and update to the CSCI user's manual. The period of performance is 12 months. (2) The AN/ALQ-131 Block II Common Software Development Environment and Host Computer Architecture Selection Study shall require engineering services to plan, conduct, and report the trades and analyses necessary to recommend a software development environment and common processor architecture for the proposed AN/ALQ-131 Mid-Life Upgrade Program. FAX#: 912-926-7001 Classified. The approximate issue/response date will be 07 SEP 1999. Written procedure will be used for this solicitation. To: Northrop Grumman Corporation, Baltimore Md 21203-0746. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailedto the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). !! Posted 08/18/99 (I-SN369602). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0071 19990820\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page