Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1996 PSA#1536

Wr-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