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