Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311

ASC/YDK, Bldg 16, 2275 D Street, M/S 16, Suite 16, Wright-Patterson AFB, Oh 45433-7233

16 -- B-1B DATA LINK/COCKPIT UPGRADE SOL n/a POC John Vondenhuevel, (937) 656-5072 This CBD announcement constitutes a Sources Sought Synopsis. The B-1B System Program Office (SPO), Aeronautical Systems Center (ASC), is planning for the integration of datalink capabilities into the B-1B aircraft. The potential datalink capabilities required include Link 16, UHF SATCOM (receive only) of intelligence broadcasts, and UHF SATCOM 2-way datalink for command and control (C2) functions. Upgrades to the current cockpit controls and displays will be required to fully integrate the above datalink capabilities. These upgrades must be integrated into existing B-1B avionics and operational flight software without degrading baseline capabilities. The baseline hardware and software configuration for this integration effort will be Blocks E and F. Part of this effort will be to develop an avionics architecture to support future growth for systems such as additional cockpit display upgrades, Global Air Traffic Management (GATM), radar upgrades, and other avionics enhancements. Funds are currently not available for this effort. If funding is received, the Air Force is anticipating contract award for Engineering, Manufacturing, and Development (EMD), to include low rate initial production, in the FY00 timeframe to a prime integrating contractor best qualified to develop and integrate the hardware and software required. The contractor will be responsible for Total System Performance Responsibility (TSPR) for the development, integration, and testing of all modifications necessary to support the upgrade. Engineering data (e.g. drawings and specifications) are not available for the Block E and Block F configured aircraft. Contractors interested in this effort must submit the following information for evaluation to the government. Responses should be concise, program specific and include all seven areas: 1) Description of experience in the integration and certification of the above systems, or similar systems, on other comparable aircraft. In addition, please address any experience you have in integration of similar systems on the B-1B. 2) Description of relevant software development experience as well as facilities/assets currently available to accomplish the design, development and fabrication of any required hardware. 3) List the qualifications of lead management, engineering, manufacturing and quality assurance personnel projected to work on this program as related to B-1B and/or other Air Force (or other comparable program) aircraft component or subsystem production experience. 4) Indication of large or small business in relation to SIC code 3728, size standard 1000 employees. 5) Indication of level and types of B-1B technical data, analytical tools and databases required to accomplish this effort. 6) Please indicate if your interest is as a prime or subcontractor. 7) If your interest is as a prime contractor, provide your plan for obtaining baseline information from the current integrating contractor in order to perform this effort. The government reserves the right to break out components and set aside specific tasks for small business. 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 concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. ASC's Ombudsman is Mr. Stephen J. Plaisted, ASC/SY, Bldg 572, 1790 10th Street, Room 102.01, Wright-Patterson AFB OH 45433-7630. Potential offerors are invited to contact Mr. Plaisted, with serious concerns only, at (937) 255-9095, or e-mail at stephen.plaisted@ascsy.wpafb.af.mil. Potential offerors are requested to submit two (2) copies of an unclassified response (limited to 10 pages) within 30 days after publication of this notice to ASC/YDK, 2690 Loop Road W., WPAFB, OH 45433-7148, Attn: Mr. John Vondenhuevel, (937) 656-5072,e-mail address john.vondenhuevel@b1b.wpafb.af.mil. Foreign participation at the prime contractor level is not authorized for this effort. See Note 25. Posted 03/24/99 (W-SN311878). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0185 19990326\16-0014.SOL)


16 - Aircraft Components and Accessories Index Page