SOLICITATION NOTICE
49 -- TISS Technology Insertion Program (TTIP) Phase 2
- Notice Date
- 3/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 2725 C Street, Bldg 553 Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- F33657-01-D-0026-0061
- Response Due
- 5/1/2007
- Archive Date
- 5/31/2007
- Small Business Set-Aside
- N/A
- Description
- TTIP Phase II NOC Action ? Mar 07 This FEDBIZOPS announcement constitutes a Notice of Contractual Action (NOCA) of a contract to accomplish an obsolescence upgrade of the RF Interface Test Module (RITM) and conduct 54 months of Engineering Support for the AN/ALM-246A Tactical Electronic Warfare System (TEWS) Intermediate Support System (TISS), the F-15 TEWS I-Level maintenance tester developed by The Boeing Company. The contractor shall be required to make all software and hardware changes to the existing TISS Automatic Test Equipment (ATE), Storage Equipment Set (SES), and all Line Replaceable Unit (LRU) Test Program Sets (TPS) that will be driven by the RITM upgrade. As a minimum, a TISS ATE with an upgraded RITM shall be available to the USAF at thirty-three (33) Months After Receipt of Order (MARO) for the purpose of conducting a Government System Compatibility Test (SCT). In addition the contractor shall conduct Engineering Support for the existing configuration of the TISS System during the 54 month upgrade effort. As a minimum, this effort includes yearly software and T.O. updates; producing formal workarounds; working TISS and TEWS Discrepancy Reports; on call support for Field Sites, the Depot, and TEWS Manufacturers. Small businesses are hereby notified of potential limited subcontracting opportunities for this acquisition. Point of Contact is: Mr. John A. O'Donnell, The Boeing Company, (314) 232-2168. The F-15 Aero System Group (912 AESG) of the HQ Aeronautical Systems Center (ASC), Wright-Patterson AFB, OH, proposes to award a contract for this effort during the first quarter of FY 08 to The Boeing Company, St. Louis, MO. The contract will be awarded pursuant to the authority of FAR 6.302-1[(10.S.C.)2304(c)(1)], only one responsible source and no other source can satisfy agency requirements. The Contractor meets all the following criterion: (a) Capability to show Engineering knowledge/experience on the TISS System and the F-15 TEWS Suite; (b) Capability/expertise to work with/upgrade the unique TISS Technology Insertion Program (TTIP) software; (c) Access to Government Furnished Equipment (GFE) required for this effort. The Contractor has access to the following equipment/software: Two each AN/ALM 246A TISS Systems (ATE/SES/TPSs) including all documentation, LRUs from the F-15 TEWS Suite (Radar Warning Receiver AN/ALR-56A and 56C, Internal Countermeasures AN/ALQ-135 Bands 1/1.5/2/3, and the Electronic Warfare Warning Set AN/ALQ-128), TISS Test Data Display, TISS secure Software Support System (SSS) including the TISS system software/ATE software/Test Program Set software, Environmentally controlled facility meeting TEMPEST requirements, Portable Automatic Test Equipment Calibrator (PATEC) with TISS calibration software, PMEL support, and in-house spares to support the above equipment with access to the USAF Supply MILSTRIP system; (d) Capability to integrate and test the above change to be compatible with the current and planned configurations of the F-15 TEWS; (e) Capability to conduct retrofit/modification activities; (f) Capability to write USAF Mil-Spec Technical Orders (T.O.) and make changes to existing T.O.s affected by this effort; (g) Capability to use and input data into the Logistics Support Analysis (LSA) file system; (h) Capability to perform the design, development, integration, and test of new peculiar, F-15 I-level support equipment; (i) Capability to prepare, revise, and submit Support Equipment Recommendation Data (SERD) as part of appropriate Engineering Change Proposals (ECP) to specify F-15 I-level Support Equipment (SE) requirements; (j) Capability to interface with the USAF Automated Computer Program Identification Number (ACPIN) system; (k) Capability to access the Air Warfare Center (AWC) secure Digital Data System (DDS); (l) Capability to conduct systems engineering, project management, and configuration management; (m) Capability to provide all required engineering data. Direct any routine communications concerning this acquisition to Ms. Charlotte L. Perry, Contract Negotiator, or Mr. Barry C. Foster, Contracting Officer, 912 AESG/PK Bldg 553, 2725 C Street, Wright-Patterson AFB OH 45433-7423, (937) 904-6679/6674, FAX (937) 255-7168. Technical points of contact are Mr. Clarence Charoo or Mr. Al Martin, 912 AESG/VA, (937) 904-6648/6647, FAX (937) 255-1800. 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 in the source selection process. The first point of contact should be Ms. Perry or Mr. Foster, however, concerned parties may call Ms. Debra Haley, ASC/AE, 1790 10th Street, Bldg 572, Wright-Patterson AFB OH, 45433-7630, Ph (937) 255-5315, FAX (937) 656-7540. For more information on "TISS Technology Insertion Program (TTIP) Phase 2", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5155
- Web Link
-
TISS Technology Insertion Program (TTIP) Phase 2
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5155)
- Record
- SN01242696-W 20070304/070302221123 (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 |