Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1995 PSA#1285

ASC/VLK, Bldg 2042, 2609 L St, Wright-Patterson AFB, OH 45433- 7500

B -- LANTIRN PRODUCT IMPROVEMENT PROGRAM POC Laura McDaniel, Contract Negotiator/Thomas Tippett, Contracting Officer, (513) 255-4001. The Directorate of Contracting for LANTIRN SPO (ASC/VLK) is presently contemplating a procurement for Engineering & Manufacturing Development (EMD) of the following product improvement efforts: (1) integration of a Laser Spot Tracker (LST) capability into the LANTIRN Targeting Pod (TP), (2) a TP Laser Transmitter Receiver modification for high altitude operations, (3) and Operational Flight Program (OFP) software block upgrades for the LANTIRN system, (4) and Integrated System Performance Responsibility (ISPR) for the LANTIRN system. The successful contractor will be required to accomplish design verification efforts utilizing prototype models to conduct design of experiments, tolerance, sensitivity, and producibility analyses for each program. A detail design effort would then lead to fabrication, assembly, and integration into the LANTIRN system. Functional testing and qualification testing would then be accomplished with the modified system to verify readiness to proceed into developmental flight testing at Edwards AFB, CA. Development of all logistics support documentation and data will be required for each program. Software development will also be required throughout the entire development effort for both the Prime Mission Equipment (PME) and its associated Support Equipment (SE). It is impractical to distribute the applicable specifications, plans, or drawings with this solicitation. Limited Data Rights exist on the Laser Transmitter Receiver (LTR). Some documentation has not been totally accepted by the government, but all available documentation may be examined by appointment only at ASC/VLK, Bldg 2042, contact Ms Laura McDaniel at (513) 255-4001 to arrange an appointment. The production and development for these programs will require a substantial initial investment to duplicate the LANTIRN unique test equipment and software test tools due to contractual obligations. (1) The Air Force has a requirement to investigate the cost, schedule, and feasibility of modifying the LANTIRN TP in order to provide a laser spot tracking capability to the Block 40 F-16 Close Air Support (CAS) aircraft. A production/ retrofit decision will be made following successful completion of the EMD program and authorization given to proceed with a partial retrofit of 250 Targeting Pod which is projected to start in 1998. (2) The Air Force has a requirement to operate the TP Laser Designator Receiver at altitudes up to 40,000 feet, however, the current system does not allow operations at altitudes greater than 25,000 feet. A production/ retrofit decision will also be made for this program following successful completion of the EMD effort and authorization given to proceed with a partial retrofit of 200 Targeting Pod which is projected to start in 1998. (3) The Air Force has a requirement to periodically update the LANTIRN system software every 24 months in order to achieve commonality with the F-16 and F-15E aircraft software updates. The successful contractor must be able to understand the implementation of the enhancement, and the impact of the enhancement on the LANTIRN system to both hardware and software, including system engineering impacts. The contractor must also interface with each aircraft developer to ensure proper operation of the enhancement can be achieved when LANTIRN is integrated with the aircraft weapons system. Software modifications must be translated into specifications, coded, tested, and retrofitted into both the prime mission equipment and support equipment. The next software modification schedule begins in 1995 and should be ready for integration testing in Jul 1996. (4) The successful contractor will be responsible for the integrated system performance of the LANTIRN system. The contractor must be able to evaluate, identify, maintain interface control, and ensure system integrity is maintained regardless of the modification. This requires a detailed and thorough understanding of the system architecture and it's interfaces with the both the F-16 and F-15E aircraft. It is contemplated that there is only one responsible source to satisfy these requirements. The period of performance will be approximately 60 months following contract award. The expected award date for this program is May 1995. The type of contract will be Cost Plus Award Fee. Sources interested in subcontracts should contact the selected prime following the Notice of Contract Award (NOCA). The following screening criteria will be utilized in evaluating the contractors response as it pertains to the LANTIRN system: (1) Affordability in design of the LST, 40K Laser, and OFP software loads, (2) Ability to meet FY96 schedule requirements for the F-16 CAS program and software development, (3) Ability to meet technical performance parameters of LST, 40K Laser, and OFP software program, (4) Ability to complete design effort to meet 1998 retrofit program. Notice to Foreign Owned Firms: Such firms should be aware that restrictions apply which exclude foreign participation at the prime contractor level. Any subcontracting arrangements shall be handled in accordance with International Traffic in Arms Regulation (ITAR). This synopsis is for notification of pending Request for Proposal (RFP) release on, or about, 15 Feb 95. Proposal responses should be submitted by noon on 17 Mar 95. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from other potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to the use of the ombudsman. Potential offerors are invited to contact ASC's ombudsman, Col Robert C. Helt, Director of Program Management, ASC/CY, Bldg 2041, 2511 L St, Wright-Patterson AFB OH 45433-7503 at (513)255-1427, with serious concerns only. Routine communication concerning this acquisition should be directed to the point of contact below. A bidders qualification statement will be required in order to receive and engage in comments and/or discussions. Inquiries pertaining to this acquisition should be directed to Ms. Laura McDaniel or Mr. Thomas Tippett, ASC/VLK, Bldg 2042, 2609 L St, Wright-Patterson AFB OH 45433-7500, (513) 255-4001. See numbered Note(s): 22. (0045)

Loren Data Corp. http://www.ld.com (SYN# 0014 19950215\B-0001.SOL)


B - Special Studies and Analyses - Not R&D Index Page