|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1998 PSA#2248HQ Electronic Systems Center; Directorate of Joint STARS Contracts
(ESC/JSK), Hanscom AFB, MA 01731-2119 16 -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS)
COMPUTER REPLACEMENT PROGRAM RETROFIT POC Maj Ben Badami, Program
Manager, ESC/JS1T, 781-377-9335, or Ms Katherine McIntyre, Contracting
Officer, ESC/JSK 781-377-6743, or Ms. Mariah Houton, Contract
Specialist, ESC/JSK, 781-377-6983. WEB: ESC Business Opportunities Web
Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail
the POC, houtonm@hanscom.af.mil. This synopsis is the second
modification to record number 2157PR160030 issued 8/12/98 and revised
on 12/03/98. This synopsis adds a minimal contracted effort for
acquisition of initial spares for the CRP baseline. It is the
Government's intent to award this acquisition, on a sole source basis,
to Northrop Grumman Corporation, Electronics and Systems Integration
Division, Surveillance and Battle Management Systems -- Melbourne, P.O.
Box 9650, 2000 W. NASA Boulevard, Building 222, Melbourne, FL,
32902-9650. The Joint STARS Joint Program Office has a requirement to
retrofit 10 operational E-8C production aircraft (Tail Numbers:
92-3289, 92-3290, 93-0597, 93-1097, 94-0284, 94-0285, 95-0122, 95-0121,
96-0042, and 96-0043) with the Computer Replacement Program (CRP)
hardware and software baseline between 4th Qtr FY 99 and FY 05. CRP is
currently undergoing Engineering and Manufacturing Development (EMD)
under the Joint STARS Follow-On Full Scale Development contract with
Northrop Grumman and will replace the current Central Computers,
Operator Work Stations, selected portions of the radar signal
processor, the Local Area Network (LAN), and other peripheral
equipment. Additionally, aircraft subsystem modifications to include
the environmental control system, the electrical power system, and
mounting provisions are being performed to accommodate the replaced
equipment. EMD completion is scheduled for 30 April 2000. No CRP
technical data will be available at the time of the Request for
Proposal (RFP) release. Technical data describing the baseline
configuration for the E-8C production aircraft systems will be
available. The CRP retrofit contractor will be required to acquire
and/or fabricate equipment, perform the retrofit on each operational
E-8C production aircraft system, and conduct functional, system-level
performance, and flight tests in accordance with the CRP System
Acceptance Test Procedures, on each retrofitted E-8C production
aircraft system in coordination with a Government test force. In
addition, the CRP Retrofit contractor will be required to provide
initial spares to support the Joint STARS fleet. The CRP retrofit
contractor will be required to concurrently accomplish a Major Aircraft
Inspection during each CRP Retrofit to reduce total aircraft downtime.
Each of the 10 aircraft will require one Major Inspection during CRP
Retrofit. The content of individual inspections can be found on the
worldwide web at: http://contracting.robins.af.mil/jstars.ssi (see
Major Work Card Packages for E-8 Aircraft.doc). Finally, the CRP
retrofit contractor will be required to update and deliver modified
technical documentation that includes automated technical manuals for
each retrofitted E-8C production aircraft system. Interested firms
should respond by indicating their capabilities to meet the following
screening criteria: (a) possess or have the ability to obtain a US
Secret level security clearance and provide a secure facility for E-8C
aircraft system modification and test; (b) have demonstrated
applicable experience in Boeing 707 or similar aircraft maintenance,
modification, and design, installation, and retrofit of system
upgrades, such as large-scale airborne radar, tactical voice and
datalink communications, and avionics equipment; (c) have demonstrated
applicable experience in understanding and testing physical and
functional interfaces with advanced computational and operator
workstation equipment including various types of data busses/LANs and
associated recording devices; (d) have demonstrated applicable
experience in system integration and system testing, including data
recording, data reduction, flight testing and possess the ability to
perform collaborative system testing with Government test force
personnel; (e) have demonstrated applicable experience in performing
retrofits on large aircraft systems including software loading using
various PROM programming devices, developing retrofit instructions and
installation kits, and updating final documentation packages to
capture unique implemented system configurations to form the new
production system baseline(s); (f) have demonstrated efficient
subcontractor and vendor product acquisition management, and experience
in customer interaction with Government acquisition program offices;
(g) have demonstrated experience in updating extensive logistics
support analysis (LSA) databases concurrent with associated complex
retrofit efforts; (h) have demonstrated applicable experience in
determining initial spares; and (i) have a thorough understanding of
Joint STARS Systems, their integration and operation, or be able to
obtain such understanding. This synopsis is for information and
planning purposes only and does not constitute an RFP nor does its
issuance restrict the Government as to the ultimate acquisition
approach. The Government will solicit those firms meeting the screening
criteria in this synopsis. Interested firms should submit a
capabilities description to ESC/JS1T, Attn.: Maj Ben Badami, 75
Vandenberg Drive, Hanscom AFB, MA 01731-2119 before close of business
2 January 1998. Firms should indicate whether they are a large, small
business, small disadvantaged business, 8(a) concern, or women-owned
small business, whether they qualify as socially or economically
disadvantaged and whether they are a U.S. or foreign-owned firm. An
Ombudsman has been appointed to address concerns from interested firms
during this phase of the 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 official. When requested,
the Ombudsman shall maintain strict confidentiality as to the source of
the concern. The ESC Ombudsman is Col Lee Hughes, ESC/CX, (781)
377-5106. The Ombudsman should be contacted only with issues or
problems that have been brought previously to the attention of the
program manager and/or contracting officer and could not be resolved
satisfactorily at that level. Any interested firm initially judged to
be unqualified will be provided a copy of the solicitation upon
request. Any offer submitted by such a firm will be evaluated without
prejudice. The Government anticipates the release of an RFP for this
requirement early in the 3rd Qtr FY99. Anticipated contract start date
is late in the 4th Qtr FY99. See Numbered Notes 22 and 26. Posted
12/21/98 (D-SN282368). (0355) Loren Data Corp. http://www.ld.com (SYN# 0160 19981223\16-0021.SOL)
16 - Aircraft Components and Accessories Index Page
|
|