|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859ASC/YPK, Monahan Hall, Bldg. 12, 1981 Monahan Way, Wright-Patterson
AFB, OH 45433-7205 16 -- COLOR AIRBORNE VIDEO TAPE RECORDERS (CAVTR) FOR THE F-16 AIR
COMBAT FIGHTER PROGRAM SOL n/a POC Paul Weikert, (937) 255-0548,
Contracting Officer The F-16 System Program Office, ASC/YPKKA, is
conducting market research to determine whether commercially available
Color Airborne Video Tape Recorders (CAVTR) can satisfy the
Government's requirements for installation in all USAF Block 50 F-16
C/D aircraft. If suitable commercial systems are available, the
government intends to issue RFP F33657-97-R-0021 and procure these
systems using FAR Part 12 commercial procedures. A procurement data
package will not be available. This CAVTR shall be capable of
simultaneously recording three separate video channels for a minimum of
two hours each on each head. The system shall use commercially
available Hi-8 mm tapes. The system shall use 28VDC aircraft power. All
three recording heads shall be contained in one unit and fit in the
current Block 50 AVTR envelope (10 in x 6 in x 14 in). Tapes must be
accessible to easily remove and replace tapes in the F-16 recorder bay.
(The 10 in x 6 in side of the AVTR envelope faces the recorder bay
door.) It is anticipated that the Female mating connectors that
interface with the CAVTR will be procured from the offeror also.
Current government plans are for the recorders delivered as a result of
this acquisition to be installed by a field team from the F-16 depot.
Delivery of the first CAVTR will be required no later than 120 days
after contract award. Initial procurement is anticipated to be between
126 and 192 CAVTRs. We anticipate annual options of between 44 to 400
CAVTR units beginning in FY 98 ending in FY 02. Required CAVTR
production rates may be up to, but will not exceed, 35 kits per month
or 100 kits per quarter. The government reserves the right to make
multiple awards for this effort or to award to an "8A" or small
business. Interested sources for this contemplated acquisition must
provide capability statements and include in their response prior and
current performance on similar efforts involving use on high
performance jet aircraft. Respondents must provide evidence that their
system can meet the government's requirements, i.e. how has the system
been tested, under what range of operating and storage environmental
conditions, and what is its performance history. Respondents must
address their sales history, i.e. to whom has the offeror sold this
equipment to in the past, what was the delivery schedule, what
quantities were sold, and at what price. Respondents must address their
methods of quality control, management oversight, and baseline
(drawing, specification, etc.) maintenance. Respondents must address
the reliability and maintainability of their system, i.e. MTBF, repair
time and cost. Respondents must address their ability to support their
CAVTR i.e. how has the offeror logistically supported the item in the
past (extended warranty, repair contracts), how long a period has this
support been provided, what is the price of the support, what
post-installation performance warranty is offered. Respondents must
describe any planned subcontracting/teaming arrangements. Respondents
shall indicate their business size (number of employees) under SIC Code
3728. Information in this synopsis is for planning purposes only. It
does not constitute an invitation for sealed bid or request for
proposal (RFP), nor is it to be construed as a commitment by the
Government. Responses shall be no longer than 30 double-spaced pages in
length, with up to 5 additional pages of diagrams, as offerors deem
necessary. The pages shall be 8.5 x 11 inches with font size no smaller
than 12. Responses are required 30 calendar days from publication of
this notice. Direct all requests concerning this acquisition to Paul
Weikert, ASC/YPKKA, 1981 Monahan Way, Building 12, Wright-Patterson AFB
OH 45433-7205 at (937)255-0548. 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 concerns
during the proposal development phase of this acquisition. Potential
offerors should useestablished 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
Coalson, Deputy Director, Systems Management, ASC/SYI, Bldg 52, 2475 K.
Street, Suite 1, WPAFB OH, 45433-7642, at (937) 255-9279 or e-mail
coalsoms@sy.wpafb.af.mil with serious concerns only. Routine
communication concerning this acquisition should be directed to the
points of contact listed in item 11 above. (0153) Loren Data Corp. http://www.ld.com (SYN# 0174 19970604\16-0004.SOL)
16 - Aircraft Components and Accessories Index Page
|
|