Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 21,1996 PSA#1556

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

16 -- JOINT HELMET MOUNTED CUEING SYSTEM (JHMCS) PROGRAM SOL F33657-97-R-0001 POC Richard M. Lile, (513) 255-3361, ext 3881/Contracting Officer, Lynne M. Imhoff, (513) 255-3361, ext 3880. JOINT HELMET-MOUNTED CUEING SYSTEM (JHMCS). This CBD announcement constitutes a Notice of Contract Action of a proposed contract for aircraft level integration of a JHMCS. Small businesses are hereby notified of potential subcontracting opportunities in helmet-mounted display and head tracking components. The JHMCS Program Office (ASC/LY) at HQ Aeronautical Systems Center, Wright-Patterson AFB, OH, proposes to award a contract for the JHMCS to McDonnell Douglas Aerospace (MDA), St. Louis, Mo, in the 2Q FY97. The contract will be awarded pursuant to the authority of FAR 6.302-1 (10 U.S.C.) 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The basic effort will require the contractor to develop a helmet mounted display and weapon cueing device that meets F-15, F/A-18, F-16 and F-22 system performance and integration requirements and then integrate the device/system on the F-15 and F/A-18 aircraft. In case of the F-15, this effort includes integration of the AIM-9X missile and responsibility for overall systems performance of the JHMCS and missile interoperability. The system performance requires display, pilot cueing, and head position tracking capabilities necessary for full utilization of high off boresight air-to-air weapons. The contractor will be required to produce a JHMCS which meets systems performance requirements, control interfaces between the helmet, weapon & aircraft, provide required hardware and software modifications to the F-15 and F/A-18 avionics, mission computer, weapons processor, hands-on throttle and stick (HOTAS), aircraft displays and other aircraft electronics as required, conduct aircraft level systems performance technical trades, effect necessary design and modification of aircraft systems, and identify required changes to interfacing systems (i.e., sensors, weapons) to ensure optimum weapon system performance. The contractor will be solely accountable for total system performance responsibility (TSPR) for all integration and interface aspects for the F-15 and installed system performance responsibility (ISPR) for the F/A-18 weapon systems. The contractor must have the capability to make system level tradeoffs with the JHMCS, platform avionics architecture, platform software suite, and weapon system integration scheme for the F-15 and the F/A-18. In addition, due to ongoing upgrade programs on the F-15 and F/A-18 which directly impact the integration of JHMCS, the contractor must be able to make informed system level decisions and implement design solutions within the scope of planned F-15 and F/A-18 hardware and software upgrade schedules. The JHMCS program will seek to implement the best alternatives in state-of-the-art symbology generation, projection, and display, head position and orientation tracking, egress safety, and in-flight recording of display and daytime environment. Integration requirements include compatibility with cockpit and ejection systems, modification to existing aircraft controls, display design, potential modification to existing aircraft avionics and communications architectures, and interface with weapon controlling avionics. JHMCS will begin with a contracted development effort followed by Government testing to demonstrate improved mission effectiveness through simulation and flight demonstrations. The contract will also contain an FY00 production option for the integration of forty-four (44) helmet mounted cueing systems on the F/A-18 and FY01 production options for the integration of twenty (20) systems on the F-15 and forty-four (44) systems on the F/A-18. The contract will include new and/or modified hardware, software, installation, testing, training, new and/or modified support equipment, integrated logistics support, maintenance and repair services, initial spares, and data. A cost reimbursable contract is contemplated for this effort. The period of performance for the basic contract and options is contemplated to be seventy-two (72) months. A SECRET Security Clearance will be required in the period of the work. An ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offers when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of the acquisition. Potential offerors should use established channels to request information, pose questions and voice concerns before resorting to use of the Ombudsman. SIC CODE 3812, Size Standard 750 people. Potential offerors are invited to contact ASC's Ombudsman, Michael J. Corcoran, Colonel, USAF, ASC/CY, 2511 L St. Wright-Paterson AFB OH 45433-7303, at DSN 785-0600, Commercial 513-255-0600, with serious concerns only. Direct all routine communication concerning this acquisition to Ms. Lynne M. Imhoff, Contracting Officer, phone # 513-255-3361, ext. 3880. See Note 22. (0079)

Loren Data Corp. http://www.ld.com (SYN# 0157 19960320\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page