|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759ASC/LFDKI, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-
7249 A -- EFFORT TO REPLACE MODULAR AUTOMATIC TEST EQUIPMENT (MATE) SOL
F33657-96-R-0014 POC Gary Wiviott, Contract Negotiator/Nancy
Williamson, (937)255-7927. The objective of this synopsis is to seek
interested sources able to replace the Modular Automatic Test Equipment
(MATE) Controller (hardware and software) on the AN/ALM-246 Tactical
Electronic Warfare System (TEWS) Intermediate Support System (TISS),
the F-15 TEWS I-Level maintenance tester developed by McDonnell Douglas
Aerospace (MDA). The contractor shall be required to make all software
and hardware changes to the existing TISS Automatic Test Equipment
(ATE), Storage Equipment Set (SES), Support Equipment for Support
Equipment (SE/SE), and all Line Replaceable Unit (LRU) Test Program
Sets (TPS) that will be driven by a new Controller. As a minimum, an
upgraded TISS ATE shall be available to the USAF at ten (10) Months
After Receipt of Order (MARO) for the purpose of software integration
and conducting a Government System Compatibility Test (SCT). Offers
will be considered from any firm providing clear and convincing
evidence of its capability to meet all the following criterion: (a)
Capability to show Engineering knowledge/experience on the TISS System
and the F-15 TEWS Suite, (b) Capability/expertise to work with/upgrade
the Modular Automatic Test Equipment (MATE) software, including the
ninety-two (92) unique extensions approved for the TISS Program, (c)
Government Furnished Equipment (GFE) required for this effort is not
available due to existing contractual requirements. Offers submitted
must show the Contractor has access to the following
equipment/software: One each AN/ALM 246 TISS System (ATE/SES/TPSs/SE
for SE) including all documentation, LRUs from the F-15 TEWS Suite
(Radar Warning Receiver AN/ALR-56A and 56C, Internal Countermeasures
AN/ALQ-135 Bands 1/1.5/2/3, and the Electronic Warfare Warning Set
AN/ALQ-128), TISS Test Data Display, TISS secure Software Support
System (SSS) including the TISS system software/ATE software/Test
Program Set software, Environmentally controlled facility meeting
TEMPEST requirements, Portable Automatic Test Equipment Calibrator
(PATEC) with TISS calibration software, AN/TSM-131A Electrical
Standards Set (ESS) with TISS ESS augmentation equipment, and In-house
spares to support the above equipment with access to the USAF Supply
MILSTRIP system, (d) Capability to integrate and test the above change
to be compatible with the current and planned configurations of the
F-15 TISS, (e) Capability to conduct retrofit/modification activities,
(f) Capability to write USAF Mil-Spec Technical Orders (T.O.) and make
changes to existing T.O.s affected by this effort, (g) Capability to
use and input data into the Logistics Support Analysis (LSA) file
system, (h) Capability to perform the design, development, integration,
and test of new peculiar, F-15 I-level support equipment, (i)
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, (j) Capability to interface with the USAF Computer
Program Index Number (CPIN) system, (k) Capability to access the Air
Warfare Center (AWC) secure Bulletin Board System (BBS), (l) Capability
to conduct systems engineering, project management, and configuration
management, (m) 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.
SIC for this procurement action is 3728, with a size standard of 1000
employees including the offeror and its affiliates. 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 beacknowledged. All respondents are reminded that
the government must receive all responses within 30 days of publication
of this notice. Direct capabilities package and any routine
communications concerning this acquisition to Mr. Gary Wiviott,
Contract Negotiator, or Ms. Nancy Williamson, Contracting Officer,
ASC/LFDKI Bldg 32, 2300 D Street, Wright-Patterson AFB OH 45433-7249,
(937) 255-7927, FAX (937) 656-7167. Technical points of contact are Mr.
Steve Justice or Mr. Dave Dettwiler, ASC/LFDWQ, (937) 255-5988, FAX
(937) 255-1800. 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 Mr. Daniel Kugel, ASC/SY, 2475 K Street
Suite 1, Wright-Patterson AFB OH 45433-7642, (937) 255-3855. 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. (0008) Loren Data Corp. http://www.ld.com (SYN# 0010 19970110\A-0010.SOL)
A - Research and Development Index Page
|
|