Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1996 PSA#1685

HQ Electronic Systems Center, AWACS Contracting Division, Directorate of Contracting (ESC/AWK), 3 Eglin St., Hanscom AFB, MA 01731-2115

58 -- AWACS INTEGRATION SUPPORT POC Christine Dolan, Contract Specialist, 617-377-6667; Katherine Morris, Contracting Officer, 617-377-8357. The United States Air Force, Electronic Systems Center (ESC) intends to solicit a proposal and issue a sole source contract to Boeing Defense and Space Group, Electronic System Division, Seattle, WA, for the below described projects. Authority for this action is contained in 10 U.S.C. 2304(c)(1). Projected projects include: (1) Theatre Battle Management Terminals capable of receiving, processing and displaying near real-time intelligence (Tactical Intelligence Broadcast Service and other intelligence networks) and mission data. Design, prototype, produce and integrate the terminal hardware and software into the AWACS open system architecture to ensure compatibility with the E-3 Communications, Data Analysis Programming and Data Display Groups., (2) E-3 B/C AWACS Line Replaceable Units (LRUs) Test Requirements Engineering Study, to determine how to best test E-3 B/C AWACS LRUs at the Organizational and Intermediate Maintenance Levels (O-L and I-L). For the O-L LRUs, the test requirements of the applicable LRUs must be defined and effective methods for testing the LRUs at the flightline must be identified. For the I-L test requirements of the LRUs, it must be determined which of the following alternative test approaches is better: (1) test the LRUs with the same test environment at the O-L, I-L, and Depot Level (D-L) using Ruggedized Radio Frequency Benchtop Reconfigurable Automatic Tester (RF BRAT), a commercial off-the-shelf (COTS) certified system, or (2) test using the AF's Electronic Systems Test Set (ESTS). The study effort shall take into account all performance (especially repair run times), cost, and schedule factors, In addition to the above described tasks, the Government requires engineering services on an on-going basis to: (1) identify and evaluate technical alternatives to resolve current and projected deficiencies affecting E-3 readiness and sustainability, (2) propose appropriate technical solutions to current and projected systems performance deficiencies, and (3) design, develop, test, and integrate systems, subsystems, components, and test equipment, as necessary, to meet specified requirements, to include guaranteed overall system performance specifications and integration of modifications and enhancements without impact to current performance specifications. Major emphasis will be placed upon the evaluation of the impact of any proposed modifications or changes on other subsystems in the E-3 and upon overall E-3 system performance. The Contractor will be required to perform a detailed analysis of all hardware and software interfaces and to identify impacts to all affected subsystems as well as total system performance. The Contractor will be required to provide any newly developed models or simulations, as well as supporting technical data, to users within the government, to include the ESC Modelling and Simulation Center (MASC) and the Theater Air Command and Control Simulation Facility (TACCSF). Based upon the resulting design studies and simulations, the contract will prototype selected alternatives and demonstrate performance characteristics in a near real-world environment, using either an E-3 aircraft as a test bed or ground equipment providing similar test environment capabilities. Test System 3 (TS-3), a fully configured E-3 aircraft dedicated to system testing, has been bailed to The Boeing Company for other AWACS work and can not be made available to other contractors due to continuing requirements. The contractor will demonstrate feasibility of any alternative for production as well as its compatibility with both individual on-board systems and the entire E-3 system. Based upon the results of the prototype demonstration, the Government will require the contractor to prepare modification packages/data reprocurement packages for use in procuring production versions of the prototype hardware and software. Studies will be conducted to correct hardware deficiencies, define engineering feasibility, provide analyses of material deficiencies, investigation of mishaps, requirements for technical order source data, new/improved operational and maintenance techniques, requests for guidance, assistance with requirements associated with logistics support, maintenance, modernization, operational effectiveness of the E-3 weapon system and requests for special studies, tests and inspections. Despite the Air Force's intent to award this contract on a sole source basis to Boeing, business entities interested in this action and possessing the below qualifications to meet the above requirements should respond to the above address within fifteen (15) calendar days of this notice. Responders must certify that their development and laboratory facilities are cleared to DoD SECRET level. Responses must not exceed fifteen (15) pages in length. Responders should also indicate whether they qualify as a small or small disadvantaged firm. Contractor qualifications include the following: (1) comprehensive technical knowledge of the current U.S. E-3 system, to include system performance characteristics and limitations, (2) knowledge of U.S. E-3 airframe, avionics, and mission equipment and their interfaces, (3) access to E-3 technical data, to include airframe data associated with the 707 aircraft, (4) familiarity with the unique E-3 developmental infrastructure, to include facilities, laboratories, and test equipment, to enable the contractor to begin immediate performance on any task requiring use of these specialized facilities or equipment, (5) experience with large scale avionics integration on complex command and control platforms, (6) a thorough technical understanding of all current U.S. E-3 upgrade programs and their impacts on existing systems, (7) an in-depth understanding of the U.S. E-3 aircraft military systems operating environment, (8) intimate knowledge of the functional, electrical, mechanical and environmental interdependencies of the airframe, avionics, and mission equipment, (9) must be proficient in Jovial programming to be able to modify the existing mission computer software, and (10) must understand the existing software, including the numerous interdependencies between various sections which were developed prior to widespread usage of object-oriented programming techniques. Firms interested in Subcontract opportunities should contact the Contracting Officer. See Numbered Note(s): 22. (0263)

Loren Data Corp. http://www.ld.com (SYN# 0157 19960920\58-0009.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page