Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1995 PSA#1346

ASC/LNWP, Bldg 28, 2145 Monahan Way, Wright-Patterson AFB, OH 45433- 7017

16 -- JOINT SERVICE ELECTRONIC SYSTEMS TESTER (JSECST) POC Tom Reaster (513) 255-2425, ext 3715/Patricia Krabacher, Contracting Officer, (513) 255-2425, ext 3709. The Electronic Combat Development System Manager (ASC/LN) is seeking information from defense contractors regarding their ability to provide a flight line end-to-end (ETE) functional electronic combat (EC) system test set capable of verifying EC systems status and assisting in EC system malfunction diagnostics. The Joint Service Electronic Combat Systems Tester (JSECST) will augment the Navy USM 482 and replace the USM 406D and fill a void in current Air Force ETE testing capability. The information obtained in this sources sought will be for advanced planning, program phasing, and tailoring of technical requirements. The current acquisition strategy is to bypass the Demonstration/Validation phase and proceed directly into Engineering and Manufacturing Development (EMD). In order to support this strategy, the program office needs to assess current industry capability to develop the JSECST. Interested contractors must submit the following information for evaluation to the government in response to this Commerce Business Daily announcement. 1. Information on their capabilities which will allow them to meet the Radio Frequency (RF) measurement, RF stimulus, environmental, and weight/size requirements established in the draft JSECST Systems Requirements Document, dated 28 Apr 95. This document is available for review on-line at (513) 476-7217 for telnet address 129.48.120.143. The modem parameters for calling are 8 data, 1 stop bits, and no parity. Questions regarding the electronic bulletin board should be directed to Mike Peck, (513) 255-2739. 2. Description of existing Electronic Warfare (EW) development and manufacturing experience, to include number of EW contracts worked as a prime or subcontractor during the past 10 years. Minimum qualifications for this effort require experience in the design, development, integration, manufacture and test of electronic warfare systems. Include experience and capability to develop and manufacture operational-level EW test equipment. 3. Description of Ada software development environment and test experience including past programs which have utilized Ada and/or C/ATLAS. Include estimated number of lines of code your personnel have developed in Ada and/or C/ATLAS as a prime or subcontractor. 4. Qualifications of lead management and engineering personnel (to include pertinent information relevant to the tasks outlined above) projected to work on this contract. 5. Organizational structure, with emphasis on how this project fits into the company's overall Electronic Warfare development process. 6. Information on existing plant, laboratory, and test facilities needed to accomplish this program, including TEMPEST facilities needed to develop and test hardware and software. The description should also include the contractor's capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up to the TOP SECRET level. Minimum personnel security clearance requirements for this effort are SECRET. Any deficiencies in capability and a proposed fix to those deficiencies shall be provided. All respondents shall indicate whether they are large, small, or small disadvantaged businesses in relation to SIC Code 3812, size standard 750 employees. The Government reserves the option to set this action aside for small business, however, failure to respond to this announcement or to be determined nonresponsive (based on the information provided in response to this announcement) will impact both the Small Business Set-Aside decision and placement on any resulting source list. THIS SOLICITATION IS NOT OPEN TO FOREIGN PARTICIPANTS AS A PRIME. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concern from 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 are invited to contact ASC's Ombudsman, Colonel Robert C. Helt, Deputy Chief of Staff, Program Management, ASC/CY, Wright-Patterson AFB, OH 45433-6503 at (513) 244-1427, with serious concerns only. Routine communications concerning this acquisition should be directed to the point of contact listed below. Interested offerors are requested to submit an unclassified response within 30 calendar days after publication of this notice to ASC/LNW 2145 Monahan Way, Wright-Patterson AFB, OH 45433-7017, Attn: Tom Reaster, (513) 255-2425 (ext 3715). THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOLICITATION NOR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED IN THIS DISCUSSION. (0131)

Loren Data Corp. http://www.ld.com (SYN# 0158 19950512\16-0019.SOL)


16 - Aircraft Components and Accessories Index Page