Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370

United States Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6862

16 -- VECTOR DOPPLER SCORER (VDOPS) SYSTEM COMPONENTS & LOGISTICS SOL F08635-00-R-0002 POC Andrew Jacobs, Contract Specialist, Phone (850)882-9307 ext 5096, Fax (850)882-9306, Email jacobsa@eglin.af.mil -- Maj Robert Menard, Contracting Officer, Phone (850)882-9307 ext. 5028, Fax (850)882-9306, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F08635-00-R-0 002&LocID=1182. E-MAIL: Andrew Jacobs, jacobsa@eglin.af.mil. The Air Armament Center (AAC), Armament Product Group, Directorate of Aerial Targets (AAC/WRA) plans to award a contract for logistics support, spares, engineering support and associated travel, and out of warranty repairs 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. This action was previously publicized under a sources sought synopsis on 26 March 1999. The VDOPS systems currently installed are logistically supported, operated and sustained by Cartwright Electronics (CE) through an existing contract. This 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. The current contractor was the only firm which responded to the previous synopsis issued on March 26th and it is therefore the intent of this program office to award a contract under sole source procedures. 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, engineering support with associated travel, and out of warranty repairs. Spares for this requirement will include parts for airborne systems installed on the QF-4, BQM-34, and the MQM-107 aerial targets; ground station spares; and test equipment spares. 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 option years will mirror the basic contract and will include options for logistics support, spares, engineering support with associated travel, and out of warranty repairs. 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. Contract award is projected for November 1999. This action requires the firm to have a secret level security clearance and it must be export control certified in accordance with DoD 5230.25. 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. Col 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 Col. Caravello if necessary at (850) Posted 06/16/99 (D-SN343492). (0167)

Loren Data Corp. http://www.ld.com (SYN# 0203 19990618\16-0009.SOL)


16 - Aircraft Components and Accessories Index Page