|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311Air Armament Center, AAC/WRAK, 102 West D Ave., Suite 300, Eglin AFB,
FL 32542-6808 16 -- VECTOR DOPPLER SCORER (VDOPS) SYSTEM COMPONENTS AND LOGISTICS
SUPPORT POC Mr. Andrew Jacobs, Contract Specialist, 850-882-9307, Ext
5096 or MSgt Wesley Fenton, Program Manager, 850-882-9307, Ext 5118 The
Air Armament Center (AAC), Armament Product Group, Directorate of
Aerial Targets (AAC/WRA) plans to award a contract for logistics
support, subsystem components, spares, and engineering support for USAF
AN/DPQ-9 Vector Doppler Scorer (VDOPS) systems. VDOPS air-to-air
missile scoring systems are installed on USAF QF-4, BQM-34, and MQM-107
aerial targets. The overall VDOPS system, to include its logistics
support, must meet the performance requirements specified below and
must be compatible with the existing VDOPS system operational
infrastructure in place at Tyndall AFB, FL and Holloman AFB, NM. This
contract is for field and depot level logistics support, hardware
production for subsystems components and spare parts, and related
engineering services. Options will include spare parts for VDOPS
systems currently installed on QF-4, BQM-34, and MQM-107 aerial
targets, airborne systems and target installation kits, ground station
spares, test equipment, and time and materials for hardware and
software engineering support. The total contract value including
options is estimated to be less than $5.0M. The period of performance
is planned to be for a basic year and up to 3 option years. The
AN/DPQ-9 VDOPS systems currently installed are logistically supported,
operated and sustained by Cartwright Electronics (CE) through an
existing contract. The AN/DPQ-9 VDOPS is a CE proprietary system and
was originally contracted as a competitive procurement awarded in
February 1995. The government does not own a technical data package for
reprocurement. After contract award, there will not be sufficient time
available for a potential offeror to become trained without serious
impact to user support. The basic requirement of the VDOPS system is to
provide the capability to reconstruct the time-tagged history of a
missile trajectory. The trajectory description must include the vector
position of the missile relative to the aerial target with data
collection whenever the missile is within 100 feet of the target. The
overall system performance and technical requirements in general
include the following: range compatible (telemetry and sensor
frequency, etc) with Tyndall AFB, Eglin AFB, and White Sands Missile
Range (WSMR) range complexes; non-cooperative (no scoring system
components in the missile) RF scoring technology; 100 percent spherical
coverage; position accuracy within 2.0 feet or 8 percent of range to
100 feet (whichever is greater); 600 to 6500 feet per second relative
velocity (target to missile); velocity accuracy within <1% of
missile velocity; missile attitude accuracy of 5 degrees at 0 to 50
feet range and 10 degrees from 50 to 100 feet range; ability to score
non-linear trajectories; active scoring on 2 targets in formation (200
feet minimum separation); quick look report of scalar point of closest
approach and vector score within 2 hours processing time; and target
integration on the QF-4, BQM-34A, and MQM-107D/E. The program office
plans to award the VDOPS contract effective 1 October 1999. Responding
firms must have a secret level security clearance and must be export
control certified in accordance with DoD 5230.25. Export control
certification may be obtained through the Defense Logistics Services
Center (DLSC), Battle Creek, MI, 49016-3412, telephone 1-800-352-3572.
Responsible sources who feel they meet the above requirements are
invited to submit a Statement of Capabilities (SOC) no later than 24
April 1999 to AAC/WRA, ATTN: Mr. Andrew Jacobs, 102 W. D Ave, Suite
300, Eglin AFB, FL 32542-6808. SOC's should include and briefly
describe plant, professional, and manufacturing resources; knowledge of
the technologies involved; experience with the AN/DPQ-9 non-cooperative
vector scoring system to include airborne systems, VDOPS ground
station, test equipment, and air-to-air missile scoring; experience
with related field and depot levels logistic support; what aerial
targets the firm has supported; delivery lead time for AN/DPQ-9 VDOPS
components (from order); and recommended Government furnished
equipment. This is not a request for proposal and is not to be
construed as a commitment by the Government. Any hardware or services
that the Government may elect to procure as a result of responses to
this inquiry will be announced separately. Program management questions
may be addressed to MSgt Wesley Fenton, Program Manager (850) 882-9307
extension 5118, technical questions to Mr. Jack Hewitt, lead engineer
(850) 882-9307 extension 5116, and for contracting questions, Mr.
Andrew Jacobs, (850) 882-4400 extension 5096. Colonel Christopher
Caravello, AAC/CV, is the ombudsman for this prospective requirement
and can address concerns from offerors or potential offerors. 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 may contact Colonel Caravello if necessary
at 850)882-0662. Posted 03/24/99 (W-SN312195). (0083) Loren Data Corp. http://www.ld.com (SYN# 0186 19990326\16-0015.SOL)
16 - Aircraft Components and Accessories Index Page
|
|