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