SOLICITATION NOTICE
A -- F-16XL RETURN TO FLIGHT AND SUPPORTABILITY STUDY
- Notice Date
- 11/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND07204397R-DAY
- Response Due
- 11/26/2007
- Archive Date
- 11/9/2008
- Point of Contact
- Joseph E Fowler, Contracting Officer, Phone 661-276-2833, Fax 661-276-2292, Email joseph.fowler@mail.dfrc.nasa.gov - Robert Medina, Small Business Specialist, Phone 661-276-3343, Fax 661-276-2904, Email robert.medina@mail.dfrc.nasa.gov
- E-Mail Address
-
Email your questions to Joseph E Fowler
(joseph.fowler@mail.dfrc.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being issued to amend Solictation No. NND07204397Q-DAC previously issued on June 20, 2007. This synopsis is amended to use FAR Part 15 and not Part 12 and 13, in the procurement of this requirement. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. NASA/DFRC has a requirement for an F-16XL Return to Flight & Supportability Study, which explores the feasibility of returning to flight F-16XL Ship #1 also identified as Air Force Tail Number F-16A 75-0749. This study involves fundamental research into sonic boom propagation through the atmosphere and boom intensity mitigation. This study should: (1) Determine the capability to support the F-16XL #1 Block 40 derivative Digital Flight Control System (DFLCS) to include a written statement of capability to perform hardware and software upgrades and verification and validation, identify the initial investment costs required to re-establish the flight control test stand and V&V capability, and provide a copy of the red-lined DFLCS wiring modification identified as drawing configuration number 400FTD032 (2) Provide documentation to determine the definition and perform analysis to determine the state of the Electronic Component Assembly (ECA), provide a written statement of capability to maintain and/or upgrade ECA hardware and software (3) Provide an estimate of the cost required to incorporate the ECA functionality for leading edge flap and auto-pilot into the DFLCS and provide a more production representative DFLCS that will enhance long term supportability (4) Determine the capability to support the current Block 10/15 Avionics Suite or upgrade to a more supportable CCIP/EPATH F-16 configuration, or replace the avionics suite with a suitable COTS type system. The CCIP/EPATH configuration would not require upgrades for RADAR or weapon systems (5) Provide support to Dryden personnel to develop a ?Linebacker? type ruggedized ground support computer and re-host the memory inspect software and any additional aircraft support software (6) Provide consultation to Dryden as necessary to perform hardware and software modifications required for installation of the F100-PW-220/229 or F110-GE-129 engine, provide electrical schematics for the current F-16XL engine bay configuration, perform engineering analysis to determine the performance capability of the F110-GE-129 engine on F-16XL #1 with the small air inlet (7) Assess the status of the LVDTs on the leading edge flap actuators NASA/DFRC intends to purchase the items from Lockheed Martin Aeronautics Company because (1) Lockheed Martin is the manufacturer of the F-16 and was responsible for the development of the two F-16XL variants, (2) Lockheed Martin has maintained support and upgrades of all F-16 aircraft systems, and (3) the F-16 design, system integration, and many of its systems are proprietary to Lockheed Martin. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on November 26, 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are NOT acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed.
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#127790
- Record
- SN01450372-W 20071111/071109224635 (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 |