Loren Data Corp.

'

 
 

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

Air 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