Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

ASC/SMD, Attn: Contracting, 2145 Monahan Way, Bldg. 28, Ste 300, Wright-Patterson AFB, OH 45433-7017

16 -- COMMON LOW OBSERVABLE VERIFICATION SYSTEM (CLOVERS) -- POTENTIAL SOURCES SOUGHT SOL ASC/SMDK-98-01 POC T. Kristina Hansman, Contract Negotiator, (937) 255-6145, ext 3647/Leonard G.. Seeker, Contracting Officer, ext 3598 Request for Sources Sought. The Air Force is seeking interested sources from industry regarding the Agency's requirement for a Common Low Observable Verification System (CLOVerS) for issuance of the future Request for Proposal (RFP). CLOVerS is expected to be a common, easily deployable, user-friendly Low Observable (LO) verification measurement system, to include diagnostic capability, suitable for the flight line environment at the Main Operating Base (MOB) and Forward Operating Location (FOL). CLOVerS' primary function is to assess Radar Cross Section (RCS) integrity to support and maintain stealth capabilities for various Air Force platforms, with expansion possibilities for Navy and Army platform usage in the future. CLOVerS will be a tool for the maintainer to use to accomplish this task, ideally in an unclassified environment. NOTE: CLOVerS is not just a radar system or similar type measuring device. The requirements for CLOVerS are contained in a Draft Operational Requirements Document (ORD) developed by the Air Combat Command (ACC). The main draft requirements information can be reviewed on Aeronautical Systems Center's Pre-Award Information Exchange System (PIXS) via the Internet at "http://www.pixs.wpafb.af.mil/." Instructions for using the system can be found in the "User's Guide" on the PIXS Home Page. Recommend use of a 28.8 kilobyte baud rate modem, or higher. Direct any questions concerning electronic access to Johnny Harshburger or Mike Peck, (937) 255-2739. This notice is issued for the purposes of obtaining interested sources and their capabilities. All interested sources need to identify their business size standard, including number of employees and yearly sales figures, and if they are interested as being a prime, subcontractor, or supplier for the program. The Agency also requests a capability statement from all vendors. In addition to the company's normal capability statement, all vendors are requested to provide information and address all the following issues as an addendum: 1) knowledge in LO technology; 2) knowledge of LO measurements; 3) knowledge of imaging radar, to include those used outside of a laboratory environment, any radar imaging system products you contributed to and/or produced along with system details and product information, and your experience in developing radar imaging systems pertaining to LO technology; 4) knowledge of diagnostic software; 5) ability to plan and integrate a program in the range of $18M -- $60M, which includes production; 6) ability to integrate a radar with diagnostic software; 7) knowledge of LO maintenance procedures; 8) ability to code diagnostic software; 9) ability to integrate a radar, software, computer and positioning system; 10) knowledge of motion compensation techniques; 11) manufacturing capabilities; and 12) Top Secret facility clearance for storage and handling classified information, as well as Top Secret clearances for personnel working on the program. As stated, all categories must be addressed. If none, so state in your capability statement. SIZE STATUS: Offerors responding should indicate whether they are, or are not, a socially disadvantaged business, a Historically Black college or University/Minority Institution, a woman-owned business, and should indicate their size status. For the purpose of this acquisition, the size standard is 500 employees (SIC 3823 -- Industrial Instruments for Measurement, Display, and Control of Process Variables; and Related Products). Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force contracting point of contact below, before and upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. NOTE: FOREIGN CONTRACTORS ARE NOT SOLICITED BY THIS SOURCES SOUGHT. All interested parties are asked to provide your phone number, e-mail address, and facsimile number in their response. Proprietary information will be protected and will not be divulged unless mandated by existing laws. The office can accept attachments in Microsoft Word 7.0, Microsoft PowerPoint 7.0, and Microsoft Project 4.0 or below. This information should be sent to ASC/SMD, 2145 Monahan Way, Suite 300, Wright-Patterson AFB OH 45433-7017 not later than 3:00 p.m. Eastern Daylight Time on 16 June 1998. The point of contact is Kristina Hansman, (937)255-6145 ext. 3647/ hansmakt@ntnotes2.ascsm.wpafb.af.mil. UNclassified FAX Number is (937) 656-7274. Direct all information requests and routine communication concerning this acquisition to the point of contact listed above. The Contracting Officer is Leonard Seeker, (937) 255-6145 ext. 3598/ seekerlg@ntnotes2.ascsm.wpafb.af.mil. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development phase of this acquisition. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the point of contact above. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9005. See Note(s) 25 and 26. (0133)

Loren Data Corp. http://www.ld.com (SYN# 0178 19980515\16-0016.SOL)


16 - Aircraft Components and Accessories Index Page