Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1998 PSA#2142

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

A -- INTEGRATION OF THE JOINT AIR-TO-SURFACE STANDOFF MUNITION (JASSM), JOINT DIRECT ATTACK MUNITION (JDAM) ONTO THE MCDONNELL DOUGLAS F-15E AIRCRAFT SOL F33657-97-C-0029 POC Gary Wiviott, Contract Negotiator/Gina Moore, Contracting Officer, (937) 255-3913 This CBD announcement constitutes a Notice of Contract Action (NOCA) of a proposed contract to perform integration of the Joint Air to Surface Standoff Munition (JASSM), Joint Direct Attack Munition (JDAM), Joint Standoff Weapon (JSOW), and Wind Corrected Munitions Dispenser (WCMD) onto the McDonnell Douglas F-15E aircraft. For the remainder of this document, JDAM, JSOW, WCMD, and JASSM will be referred to collectively as the Smart Weapons. These Smart Weapons will be integrated onto the F-15E aircraft concurrently. The contractor shall be able to evaluate the individual Smart Weapon core Interface Control Documents (ICDs) to develop an integration program to insure that the weapon can be successfully integrated onto the F-15E without generating foreseeable complications or additional costs. The contractor shall ensure that the evolving hardware and software architectures and support infrastructures of the F-15E will not preclude it from carrying the Smart Weapons. The contractor shall be required to attend all of the Smart Weapons Joint Interface Control Working Group (JICWG) and Interface Control Working Group (ICWG) meetings. The contractor shall be required to write/update the F-15 annexes to the Smart Weapons ICDs. The contractor shall have a knowledge base about the technical aspects of the Smart Weapons so that it can be successfully and efficiently integrated onto the F-15E. The contractor shall be required to assess the F-15E impacts of the Interface Control Notices (ICNs) and Interface Memorandums (IFMs) released by the weapon program offices and provide coordination on these documents. The contractor shall be required to review all ICNs and IFMs to insure interface commonality between the Smart Weapons in all areas where there is not a specific weapon requirement that precludes this interface commonality. The contractor shall be required to produce Requirements Change Notices (RCNs) for the F-15E/Smart Weapons integration. The F-15 Aircraft Program Office (ASC/FBA) of the Aeronautical Systems Center Wright-Patterson AFB, OH proposes to award a contract for this effort during the first or second quarter of FY00 to McDonnell Douglas Corporation, A Wholly-Owned Subsidiary of the Boeing Company, St. Louis, MO. Small Businesses are hereby notified of potential subcontracting opportunities for this acquisition. The Point of Contact is: Director of Procurement, McDonnell Douglas Corporation, Mr. Jack House (314) 233-9372. This contract will be awarded pursuant to the authority of FAR 6.302-1[(10 U.S.C.)2304(c)(1)], only one responsible source and no other source can satisfy agency requirements. The contractor meets all of the following criterion: (a) Capability to show engineering knowledge/experience on the Smart Weapons and the F-15E systems; (b) Capability to access F-15E technical information and technical information about Smart Weapons; (c) Capability to influence the engineering changes and overall design of the F-15E; (d) Capability to plan for a successful, efficient integration of the Smart Weapons onto the F-15E; (e) Capability to mitigate the risks of integrating the Smart Weapons onto the F-15E; (f) Capability to answer technical questions concerning the F-15E/Smart Weapons integration for the purposes of the USAF; (g) Capability to provide cost, schedule, and performance forecasts related to the integration of the Smart Weapons onto the F-15E; (h) Capability to schedule and host Technical Coordination, Technical Interchange, JICWGs, ICWGs, and Test Program Working Groups meetings; (i) Capability to conduct systems engineering, project management, and configuration management; (j) Capability to provide all required engineering data; (k) Determine impact to support equipment; (l) Determine Technical Order impacts; (m) Develop a Program Introduction Document. Direct any routine communications concerning this acquisition to Mr. Gary Wiviott, Contract Negotiator, or Mrs. Gina Moore, Contracting Officer, ASC/FBAK Bldg 32, 2300 D Street, Wright-Patterson AFB OH 45433-7249, (937) 255-3913. The technical point of contact is Lt Scott Carlson, ASC/FBAEA, (937) 255-3913, FAX (937) 656-4263. An Ombudsman has been appointed to hear concerns from potential offerors during 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, disagreement, 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. Stephen J. Plaisted, 1790 10th Street, Room 208, Wright-Patterson AFB OH 45433, (937) 255-9095. 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. See Notes 22 and 26. Posted 07/20/98 (W-SN225460). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0002 19980722\A-0002.SOL)


A - Research and Development Index Page