Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOURCES SOUGHT

16 -- A/OA-10C Situational Awareness Data Link (SADL)/Improved Data Modem (IDM) Integration

Notice Date
8/22/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8635-07-R-6015
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Description
The 642 AES Squadron (A-10) Aircraft Program is conducting a market survey for the continuation of Situational Awareness Data Link (SADL)/Improved Data Modem (IDM) development and integration into the A-10 fleet in conjunction with the on-going Precision Engagement (PE) modification, currently with Lockheed-Martin Systems Integration (LMSI), Owego NY. The 642 AES Squadron anticipates a 3-year contract with multiple pricing arrangements. The aircraft is a single place, pressurized, low wing and tail aircraft powered by two General Electric TF34-GE-100A turbo-fan engines, capable of worldwide deployment and operation from austere bases with minimal support equipment. Major aircraft modification programs, such as Integrated Flight and Fire Control Computer (IFFCC) and Precision Engagement (PE) are currently in progress. The IFFCC began fielding in 2003 and the PE in 2006. These programs will provide the A/OA 10 with new combat capabilities to employ a variety of smart weapons plus improved situational awareness, and enhanced target identification and designation capability. The A-10 SADL/IDM contract will include requirements for software development and integration, systems engineering, system / sub-system integration, program integration, program management, configuration management and configuration status accounting, development and preparation of source data for technical orders / data / publications, support equipment, procurement and / or manufacturing, and equipment installation and flight test support. Development and integration of a SADL/IDM modification into the A-10 fleet has already begun under the existing A-10 Prime contract. In addition, the first Lot of Group A aircraft installation kits have been procured under the existing A-10 Prime contract. The A-10 SADL/IDM contract will continue these on-going efforts. At a minimum, the SADL/IDM development and integration contractor will need associate contractor agreements with the current Prime contractor and OEM contractor (LMSI Owego NY and Northrop-Grumman Bethpage NY, respectively). Some level of data rights and proprietary data are owned by LMSI and NG. LMSI owns the majority of the System Integration Laboratory equipment and operates the SIL at the LMSI Owego facility. The SADL/IDM contractor will be required to use the LMSI SIL in the performance of this contract. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate whether they are a large or small business in relation to North American Industrial Classification System (NAICS) Code 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as a source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). In addition, interested firms should submit sufficient information that will permit evaluation of technical capabilities. Information should be pertinent and specific to A-10 SADL/IDM development and integration and address the following: (1) Experience: An outline of previous or current contracts of the same type and scale as defined in this synopsis; (2) Personnel: Names, professional qualifications and specific experience of personnel who may be assigned to key positions for this contract; (3) Identification and discussion of unique qualifications and ability to perform in the capacity of SADL/IDM development and integration with the A/OA-10 weapon system, along with discussion of the business relationships (and capability to establish those relationships) envisioned in this role; (4) Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. All parties are asked to provide a contact name, telephone number, an e-mail address and a facsimile number in their response. Information marked Proprietary will be protected and will not be divulged unless mandated by existing laws. This information should be submitted in writing to 642 AESS/PK, 2725 C Street, Area B, Building 553, Room 359.41, Wright-Patterson Air Force Base, Ohio, 45433-7424 not later than thirty (30) days from the publication of this notice. The points of contacts are Capt James Batchelor at (937) 656-6169 and Mr. Billy Sandridge at (937) 255-0728. Any non-technical and/or contractual questions should be referred to the above individuals. Program/technical questions should be directed to Mr. Dan Vore (937) 904-5656. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. Potential offerors should use established channels to request information, pose questions and voice concerns before restoring to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr. Stephen J. Miller, Building 570, 1755 Eleventh Street, Wright-Patterson AFB OH 45433-7404 at (937) 255-5315 or e-mail steven.miller@wpafb.af.mil. Information contained in this synopsis is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) and it is not to be construed as a commitment by the Government.
 
Place of Performance
Address: Lockheed Martin Corp., , 1801 State Route 17-C, , Owego, NY
Zip Code: 13827-3998
Country: UNITED STATES
 
Record
SN01122093-W 20060824/060822221036 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.