Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1995 PSA#1477

ASC/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