Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20,1998 PSA#2204

Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103

58 -- INTEGRATED NAVIGATION SYSTEM POC Mr. Tony Sircusa, Program Manager, ESC/GAF, (781) 377-9264, siracusat@hanscom.af.mil; Mr. Al Quenneville, Engineer, ESC/GAF, (781) 377-9076, quennevillea@hanscom.af.mil; Mr. Robert Toombs, Contract Specialist, ESC/GAK, (781) 377-9178, toombsr@hanscom.af.mil; or Mr. David Hawkins, Contracting Officer, ESC/GAK, (781) 377-9220, hawkinsd@hanscom.af.mil WEB: N/A,. E-MAIL: Click Here to E-mail the POC, toombsr@hanscom.af.mil. INTEGRATED NAVIGATION SYSTEM. The Global Air Traffic Operations/Mobility Command and Control System Program Office (GATO MC2 SPO) is conducting a Market Survey (Sources Sought Synopsis) requesting Industry Information. This is a Request for Information (RFI) only. It is not a Request for Proposal (or solicitation) or an indication that ESC will contract for these supplies. ESC will not pay for information received in response to this RFI. The Bulgarian Air Force requires (7) Integrated Navigation Systems to be purchased for installation onboard transport aircraft and helicopters. They are considered to be commercial, off the shelf items. These systems will allow Bulgarian Air Force aircraft and helicopters to navigate with area NAV (RNAV) waypoint data from ground based VHF Omni-directional Range (VOR)/Distance Measuring equipment (DME) sites and land with data from ground based Instrument Landing System (ILS) sites. These Integrated Navigation Systems are to be purchased for the Bulgarian Air Force using Foreign Military Sales (FMS) procedures. The Integrated Navigation System should consist of airborne VOR, ILS Localizer/Glide Slope/Marker Beacon (LOC/GS/MB) and DME avionics components which comply with applicable TSO/RTCA/ICAO standards. In particular, the proposed equipment must meet the new ICAO Annex 10 FM Immunity requirements. The Integrated Navigation System should have the capability for selection of 200 VOR and DME frequencies as well as the capability for selection of 40 ILS frequencies. It should also be equipped with a capability for preselection and storage of 4 VOR/LOC frequencies or RNAV waypoint parameters. Associated antennas, control panels, displays (Course Deviation Indicator -- CDI, MB, DME) and Installation kits required should be proposed for the avionics components. Use of the existing Course and Glide Slope Indicators of the airborne RSBN system may be considered as an alternative method for interfacing the ILS receiver component. Installation and Checkout (I+CO) support is not required by the Bulgarian Air Force at this time but should be proposed as an option for potential execution. A complete set of Operator and Level 1 (Organizational) maintenance, written in the English language, guides will be required. The initial training of Level 1 (Organizational) Maintenance personnel will be required. Any special ground-check units required to support Operations or Level 1 (Organizational) maintenance should be proposed. A two year commercial warranty is desired. Delivery would occur no later than 12 months from date of potential contract award, inclusive of the time required by the vendor to comply with all export laws and regulations. Interested parties should provide cost and product information meeting the above stated requirements no later than 20 days from date of this notice. All sources should indicate if they are a large business, small business, small disadvantaged business, 8(a) concern or women-owned small business. All correspondence relating to this matter should be directed to ESC/GAK, Attn: Mr. Robert Toombs, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103. The Government may solicit firms meeting the screening criteria in this synopsis. Any potential offeror initially judged to be unqualified will be provided a copy of the solicitation on request, and any offer such a firm might submit will be evaluated without prejudice. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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 Col. Lee Hughes at (781) 377-5106. The ombudsman should be contacted only with those issues or problems that have previously been brought to the attention of the program manager or contracting officer and could not be satisfactorily resolved at that level. Posted 10/16/98 (D-SN262954). (0289)

Loren Data Corp. http://www.ld.com (SYN# 0153 19981020\58-0005.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page