Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859

ASC/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