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