|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1996 PSA#1536Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 A -- B-52 STEERABLE TELEVISION (STV) SOL F09603-96-R-81828 DUE 052196
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Jim Woodham/Lykd/912-926-7430 Notice of Source
Selection Action and Intent to Solicit competitive proposals for the
B-52 Preferred Spare Steerable Television Set (STV) Replacement
Program. Effective 16 Feb 96, a Source Selection acquisition in
accordance with AF FAR Supplement Appendix BB is in progress for the
above program. It is anticipated that the period of source selection
will extend through 30 Sep 96. Contacts regarding or briefings
concerning this program between potential offerors and government
representatives are not allowed. The Contracting Officer is the only
person authorized to contact offerors. The Source Selection Authority
is the only person with authority to release information regarding an
ongoing source selection. The Contracting Officer, Jim Woodham, (912)
926-7430, intends to solicit competitive proposals to design,
fabricate, and produce a state-of-the-art steerable television camera
conversion kit as a preferred spare to replace the AN/AVQ-22 STV, a
component of the Electro-Optical Viewing System (EVS) on the B-52H
aircraft. No aircraft group A changes as defined by AFR 57-4 shall be
allowed. The minimally acceptable technical approach shall be a Gen
III, frame-transfer charged coupled device (CCD), microchannel plate,
intensified system. This system must be designed to interface with the
875 line CRT monitor currently on the aircraft. Each system will
consist of an imager, optics, and a digital image processor unit which
in whole must meet the packaging requirements of the current AN/AVQ-22
to be a true form/fit/function replacement package. The replacement
system shall incorporate a two-level maintenance concept. Delivery of
a contractor- determined number of STV prototype units, which are to be
tested and proven qualified for operational use on the B-52 aircraft,
is required. Additionally, a production readiness review option as well
as a production option (estimated quantity of 100 systems) will be
included. Assorted spares, reprocurement and other data, and support
equipment are also to be delivered as a part of this program. The
program is planned to begin in the last quarter of calendar year 1996.
Engineering and technical support will be required throughout the
program. Period of performance for the prototype phase will be
approximately 18 months to include full qualification testing,
reliability & maintainability (R&M) testing, and flight testing. As a
result of acquisition reform initiatives, a government-developed
Statement of Objectives (SOO) and Performance Specification will be
provided as a part of the request for proposal (RFP). Each offeror will
then be required to develop and submit as a part of their proposal a
Statement of Work (SOW), Work Breakdown Structure (WBS), and those
contract data items (CDRLs) determined necessary to support the
program. It is also noted that a Product Peformance Agreement/Mean Time
Between Failure Guarantee (MTBFG) warrantee will be a part of this
program. Options may be implemented following successful qualification
and flight testing. Potential sources must be a 100% U.S.- owned
company. No foreign-owned or controlled sources will be considered. The
formal RFP is anticipated for release in April 96. A full, written
draft RFP will be issued to all interested sources, with a
pre-solicitation conference being held at Robins AFB GA in the
March/April 96 timeframe. Requests for the draft RFP shall be sent to
WR-ALC/LYKD, 380 Second St, Suite 104, Robins AFB GA 31098-1638, Attn:
Jim Woodham. FAX requests will also be accepted (FAX NR: (912)
926-7530). Requestees shall provide a point of contact, telephone
number, security level for receipt of classified data, CAGE code, and
also documentation indicating if they are U.S. or foreign
owned/controlled. Classified as well as export-controlled data are
applicable. The approximate issue/response date will be 11 Mar 96. No
telephone requests. Only written or faxed requests received directly
from the requestor are acceptable. All responsible sources solicited
may submit a bid, proposal, or quotation which shall be considered. All
potential offerors should contact the buyer/PCO identified above for
additional information and/or to communicate concerns, if any,
concerning this acquisition. If your concerns are not satisfied by the
contacting officer, an Ombudsman has been appointed to hear serious
concerns that are not resolved through established channels. The
purpose of the Ombudsman is not to diminish the authority of the
program director or contracting officer, but to communicate serious
contractor concerns, issues, disagreements, and recommendations to the
appropriate government personnel. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals or in the
source selection process. When appropriate, potential offerors may
contact Ombudsman James Grant, Chief, Contract Policy Division, at
912-926-2604. Please be prepared to identify previous contacts made by
you in an attempt to resolve you concerns. (0051) Loren Data Corp. http://www.ld.com (SYN# 0001 19960221\A-0001.SOL)
A - Research and Development Index Page
|
|