|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1995 PSA#1477ASC/YPKKB, 1981 Monahan Way, Wright-Patterson AFB, OH 45433-7205 59 -- CIRCUIT CARD ASSEMBLIES AND ELECTRONIC COMPONENTS, MANUFACTURE,
IN STALLATION AND TEST POC Captain James B. Smith (Buyer),
513/255-6846;Contracting Officer, Gene D. Smith II, 513/255-4756.
Contract is for production, installation, and test of 203 F-16 Upgraded
Central Air Data Computer (UCADC) retrofit kits. Each kit consists of
five modules. Interconnections and interface are accomplished through
a 14-layer printed wire Master Interconnect Board and two 8&10-layer
printed wire rigid-flex assemblies accommodating interface connectors.
Three of the modules consist of a multi-layered, pads-only surface,
through-hole circuit boards. The bare boards are multi-layer
glass-fiber-epoxy direct wiring boards bonded to a black-oxide
thermal/vibration damping overlay. The fifth module, the power supply,
consists of a single multi-layered, pads-only surface, through-hole
printed circuit board harnessed to transformers, inductors and
discretes and contained in a formed metal case. The winning contractor
will receive Air Force F-16 Central Air Data Computers (CADCs) as
Government Furnished Equipment, and will manufacture and test the
retrofit kits, install them into the CADCs to make UCADCs, test the
UCADCs, and ship them back to the Air Force. The UCADC is an Air Force
inventory item with NSN 6610-01-372-8170WF. The effort is
build-to-print with provisions for contractor maintenance of the
Government baseline should parts be obsolete or processes change
because of removing Ozone Depleting Substances. The original UCADC was
designed and manufactured by Honeywell Military Avionics Division,
Minneapolis, MN (CAGE 94580). It is anticipated that this sources
sought notice will be followed by a formal solicitation. The resulting
contract will require First Article Test for both the retrofit kit and
the integrated UCADC, as well as a Physical Configuration Audit of the
retrofit kit. Interested sources for this contemplated acquisition
must provide capability statements and include in their response prior
and current performance on similar efforts. Respondents must provide
proof of technical capability, to include ability to build retrofit
kits, test retrofit kits, and test the integrated UCADC. Respondents
must address their methods of quality control, management oversight,
and baseline (drawing, specification, etc. maintenance. Respondents
must describe any planned subcontracting/teaming arrangements.
Respondents shall indicate their business size (number of employees)
under SIC Code 3728 to enable a small business/small disadvantaged
business determination. Respondents shall also indicate the county and
state (if within USA) where the work will be performed to enable a
labor surplus area determination. The government reserves the right to
set this acquisition aside for small business or 8A business.
Information in this synopsis is for planning purposes only. It does not
constitute an invitation for sealed bid or request for proposal (RFP),
nor is it to be construed as a commitment by the Government. Responses
shall be no longer than 30 double-spaced pages in length, with up to 5
additional pages of diagrams, as offerors deem necessary. General
company brochures are of no value in this response. Responses are
required 30 calendar days from publication of this notice. Responses
are to be submitted to Capt. James B. Smith, Aeronautical Systems
Center, F-16 System Program Office, (ASC/YPKKB), 1981 Monahan Way,
Wright-Patterson AFB, OH 45433-7205. An ombudsman has been established
for this acquisition. The only purpose of the Ombudsman is to receive
and communicate serious concerns from potential offerors when an
offeror prefers not to use established channels to communicate his/her
concerns 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 use
of the Ombudsman. Potential offerors are invited to contact ASC's
Ombudsman Col. Robert C. Helt, ASC/CY, Bldg 2041, 2511 L Street, WPAFB
OH, 45433-7303, at (513) 255-1427 with serious concerns only. Routine
communication concerning this acquisition should be directed to the
points of contact listed in item 11 above. (0326) Loren Data Corp. http://www.ld.com (SYN# 0380 19951124\59-0031.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|