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