Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1997 PSA#1846

ASC/LYTDK, Bldg. 16, 2275 D St, Ste 16, WPAFB, OH 45433-7233

99 -- PRECISION TARGETING POD FOR F-16, BLOCK 30, AIRCRAFT SOL n/a POC Jean Hopkins, (937)255-2503, ext 4110; Thomas Tippet, Contracting Officer, (937)255-4001, ext 4075 This is a sources sought notice with the intent of identifying prime offerors who will meet the need identified below. The Air Force intends to contract for a non-developmental (i.e. currently in production) precision targeting system to be integrated on the F-16C and D, block 25/30/32 aircraft possessed by the United States Air Force Reserve Command (AFRC) and the Air National Guard (ANG). It is anticipated that the contract will be for 144 systems purchased over a period of 5 years with an initial operating capability (IOC) of 4 systems by 31 March 1999. The contractor will be responsible for all actions necessary to meet AFRC and ANG requirements and ensure system and subsystem integration to include configuration control, mitigation of parts obsolescense, total system performance and future modifications, upgrades, and enhancements. The system will be required to interface completely with the existing F-16 Software Capability Upgrade (SCU) 3+. In addition, the system must possess the capability to operate in day, night and under-the-weather conditions; detect and designate fixed and mobile targets at ranges consistent with standoff weapons; first pass attack of targets with conventional guided and unguided munitions; auto laser tracking and designation for laser guided munitions; laser ranging for accurate inertial navigation system updates and weapon release point determination; auto slaving for weapons; be compatible with night vision goggles and possess lasers in both the tactical (1.06 microns wavelength) and training (1.54 microns wavelength) modes. The contractor will also be responsible for the proposed system maintenance concept to include support at both CONUS and overseas locations with a required system mission capable rate of 85% or greater. Interested contractors are requested to submit a Statement of Capability (SOC) that demonstrates the existing capability to produce, modify and sustain weapon systems and subsystems, and to integrate weapon systems and subsystems. A site survey will be performed to verify production capability. A one month contractor supported demonstration is anticipated at the ANG/AFRC Test Center (AATC), Tucson, Arizona. AFRC and ANG will furnish the required aircraft, pylons, weapons and targets. The SOC should include a list of previous experience including, but not limited to, government contracts. The SOC shall be unclassified and the information submitted should be pertinent to and identify the offerors capability as related to the technical effort as requested above. Do not provide advertisement brochures. The SOC is limited to 25 pages and must be received not later than 1 July 1997. Replies received later than this date and responses by telegram or fax may not be honored. Any concerns or issues relative to this procurement should be addressed to the Contracting Officer identified below. The expected award date for this contract is 30 September 1998. The type of contract will be fixed price plus award fee. Notice to foreign owned firms: such firms should be aware that restrictions apply which exclude foreign participation at the prime contractor level. Any subcontracting arrangements shall be handled in accordance with the International Traffic in Arms Regulation (ITAR). An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr. Michael S. Coalson, ASC/SYI, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642 or Email coalsoms@sy.wpafb.af.mil, (937) 255-9279, ext 232, with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to Mr. Tom Tippett,Contracting Officer, ASC/LYTDK, at (937) 255-4001, ext 4075. A presolicitation conference will be scheduled at Wright-Patterson AFB OH at a date to be determined. For additional technical information concerning the proposed targeting system, contact Ms. Jean Hopkins, ASC/LYTD, Wright-Patterson AFB OH 45433-7233, (937) 255-2503, ext 4110. All other questions should be directed to Mr. Tom Tippett, Contracting Officer, ASC/LYTDK, Wright-Patterson AFB OH 45433-7233, (937) 255-4001, ext 4075, FAX (937) 255-2313!! (0133)

Loren Data Corp. http://www.ld.com (SYN# 0357 19970515\99-0004.SOL)


99 - Miscellaneous Index Page