Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1996 PSA#1559

ASC/VFKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433- 7249

A -- EFFORT TO UPGRADE THE CAPABILITY OF THE F-15 TACTICAL ELECTRONIC WA RFARE SYSTEM SOL F33657-96-R-0014 POC Gary Wiviott, Contract Negotiator/Myron Miller, (513) 255-7927. The objective of this synopsis is to seek interested sources able to upgrade the software and hardware on the McDonnell Douglas Aerospace (MDA) Contractor Furnished Equipment (CFE) F-15 Tactical Electronic Warfare System (TEWS) I-level maintenance tester, the AN/ALM-246 TEWS Intermediate Support System (TISS), for I-level test and repair of the new F-15 Line Replaceable Unit (LRU) ALQ 135 Internal Countermeasures (ICS) Band 1.5 Control Oscillator, P/N 001-006976-XXX. In addition, the contractor shall be required to make any software and hardware changes to the existing TISS Automatic Test Equipment (ATE), Storage Equipment Set (SES), and Support Equipment for Support Equipment (SE/SE) support that may be driven by changes to support this new LRU. As a minimum, an Engineering Test Program Set (TPS) shall be delivered to the USAF at twenty-five (25) Months After Receipt of Order (MARO) for use by HQ ACC in their Initial Operational Test and Evaluation (IOT&E) of the ALQ 135 ICS Band 1.5 System. Offers will be considered from any firm providing clear and convincing evidence of its capability to meet all the following criterion: (a) Capability to integrate and test the above TPS to be compatible with the current and planned configurations of the F-15 TISS, (b) Capability to conduct retrofit/modification activities, (c) Capability to write USAF Mil-Spec Technical Orders (T.O.) and make changes to existing T.O.s affected by this effort, (d) Capability to use and input data into the Logistics Support Analysis (LSA) file system, (e) Capability to perform the design, development, integration, and test of new peculiar F-15 I-level support equipment, (f) Capability to prepare, revise and submit Support Equipment Recommendation Data (SERD) as part of appropriate Engineering Change Proposals (ECP) to specify F-15 I-level Support Equipment (SE) requirements, (g) Capability to interface with the USAF Computer Program Index Number (CPIN) system, (h) Capability to work with the Modular Automatic Test Equipment (MATE) software and the ninety-two (92) unique extensions approved for the TISS Program, (i) Capability to show engineering knowledge of the ALQ 135 ICS Band 1.5 and Band 3 System, (j) Capability to conduct systems engineering, project management, and configuration management, (k) Capability to provide all required engineering data. Sources responding should provide information concerning key management and program personnel with a resume of their previous experience and evidence of capability to perform successfully. This statement will have a twenty (20) page maximum limit, double spaced, point size 12. Failure to provide the above data with your response to this notice may disqualify your firm from further consideration. Information requested herein is for planning purposes only. It does not constitute a request for proposal and is not construed as a commitment by the government. All responses from responsible sources will be fully considered, however, receipt of responses will not be acknowledged. All respondents are reminded that the government must receive all responses within 30 days of publication of this notice. An Ombudsman has been appointed to hear concerns from potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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. Interested parties are invited to call Col Michael J. Corcoran, ASC/IG, at (513) 255-0600. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Direct capabilities package and any routine communications concerning this acquisition to Mr. Gary Wiviott, Contract Negotiator, or Mr. Myron Miller, Contracting Officer, ASC/VFKI Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249, (513) 255-7927, FAX (513) 476-7167. The technical points of contact are Capt Barry Raygor or Mr. Dave Dettwiler, ASC/VFWQ, (513)255-5988. (0082)

Loren Data Corp. http://www.ld.com (SYN# 0009 19960325\A-0009.SOL)


A - Research and Development Index Page