|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370Electronic Systems Center, ESC/NDK, 11 Eglin St.,Hanscom AFB, MA
01731-2120 16 -- PROCUREMENT FOR VLF/LF COMMUNICATIONS MODIFIED MINIATURE RECEIVE
TERMINAL (MMRT)PRODUCTION DUE 070599 POC Mr. Edwin J. Johnson,
Contracts Negotiator, Tel. (781)377-8917 or Mr. Timothy M. Frank,
Contracting Officer,TEl.(781)377-2999 WEB: ESC Business Opportunities
Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail
the POC, johnsoned@hanscom.af.mil. This is not a solicitation, but
market research to determine the potential sources. The Electronic
Systems Center (ESC) of the Air Force Materiel Command (AFMC) intends
to award a Fixed Price (FP) contract to fabricate and install an
AN/ARR-88 Airborne Radio Receiver Modified Miniature Receive Terminal
(MMRT). The MMRT includes the High Data Rate (HIDAR) Mode; enhanced
anti-jam capability; and real time control functions. This effort
includes: a. production of up to 100 MMRT systems (using a less than
level 3 data package for receiver and installation equipment and a GFE
as-is MRT) and refurbishment of twelve (12) Engineering and
Manufacturing Development (EMD) units for the E-6B Take Charge And Move
Out (TACAMO) and E-4B National Airborne Operations Center (NAOC). The
production must utilize manufacturing and quality assurance processes
that are Government recognized and will ensure the maintainability,
producibility, and reliability of a high quality product; b. purchase
of Long Lead parts for the first production E-4B aircraft during 10/99
and 01/00 (data package not available until Oct 00); c. fabrication of
installation equipment to integrate and install the MMRT receivers into
the fifteen (15) E-6B and three (3) E-4B aircraft; d. develop MMRT
training hardware and software for MMRT System Suites in E-6B training
facilities; e. provide documentation, common support equipment,
initial spares and interim contractor support; f. develop, produce and
deliver applicable peculiar support equipment and associated
documentation; g. there will also be the installation of the MMRT
systems into the E-6B and E-4B; h. obtain NAVAIR Airworthiness
certification for the E-6 installation and FAA approval and
certification for E-4B installation; i. deliver engineering data,
design documents, provisioning data and Time Compliance Technical
Orders (TCTO) and a draft Fabrication Specification 30 days after
contract award to be authenticated within 60 days; j. develop, validate
and deliver applicable Technical manuals; k. travel to activities
detailed in above stated paragraphs. Options to: a. Fabricate, test,
deliver, install and checkout Software Support Facility (SSF) Hardware
and software for supporting the MMRT PME, and installation equipment
to include all data, documentation and manuals for installation,
operation and maintenance of the SSF. b. training for SSF. c. deliver
applicable Test Program Sets. d. deliver test requirements documents
and any other documentation required for installation, operation,
modification and maintenance of Test Program Sets. Class I Ozone
Depleting Substances (ODSs) will not be permitted for use on this
program and the successful offeror shall also identify, track and
control the use of Class II ODSs and Hazardous Materials (HAZMATS). The
period of performance, including options is approximately thirty-nine
(39) months. The E-6B is to complete by the end of FY 02 and the E-4B
by the end of FY 03. The MRT was developed by Rockwell International,
3200 East Renner Road, Richardson, Texas 75083-3807. The MMRT is being
developed and tested by Rockwell Collins, 3200 East Renner Road,
Richardson, Texas 75083-3807. If a firm believes it is capable of
performing the Government's requirements they may identify their
interest and capability to meet the following screening criteria within
fifteen (15) days of this publication to ESC/NDK Attn: Mr. Edwin
Johnson, ll Eglin Street, Hanscom AFB, MA 01731-2120, firms must
possess the following criteria: a. have, or be able to obtain, a
facility clearance commensurate with the security clearance of Top
Secret, and a COMSEC account; b. have technical expertise in strategic
C3 VLF/LF systems, including knowledge and experience with complex,
hardened INFOSEC hardware and software; c. have technical knowledge of
the HIDAR, Nonlinear Adaptive Processing (NONAP) standards and
specifications; d. shall be a United States Contractor; e. have proven
experience with/knowledge of VLF/LF signal processing; f. have proven
experience with/knowledge of CJCS EAP Volume VII requirements; g. have
proven experience with/knowledge of software for existing C3 systems to
include Ada and C++ ; h. have proven experience with
Survivability/Vulnerability (S/V) and Radiation Lot Acceptance Testing
(RLAT); i. have proven experience with/knowledge of communications
systems integration, deinstallation, installation, checkout and test
support for the E-4B and E-6B aircraft; j. have management experience
in manufacturing, integration and installation of systems with
complexity similar to the MMRT; k. have experience with obtaining
military aircraft and FAA type certifications; l. have a production
capability and technical expertise which can produce MMRTs and
installation equipment using less than level 3 drawings (which do not
include the non-releasable manufacturing practices) which will be made
available as late as OCT 00 to meet the indicated schedule. Your
prospectus should include the name and telephone, and Fax number of a
point of contact within your firm. As a goal, the prospectus should not
exceed twenty pages. An EMD SRD and draft production SOO are available
on the HERBB. Telephone requests for this material will not be
considered. Disclosure of classified and export controlled unclassified
(including sensitive unclassified) information shall be denied to
foreign Governments and Foreign Nationals, including firms under
foreign ownership, influence, or control, even if the firm has been
granted a reciprocal industrial security facility clearance. This
Foreign Disclosure denial applies to both the solicitation and to
contract performance, and it also applies to prime contractors as well
as to all subcontractors. This synopsis is for information and
planning purposes only and does not constitute a Request for Proposal
(RFP) nor does its issuance restrict the Government as to the ultimate
acquisition approach. The Government will not reimburse the contractor
for any cost associated with preparing or submitting a response to this
notice. This was previously synopsized as a Notice Of Contract Action
on 4 April 1996 for the EMD phase and possible follow-on production. An
Ombudsman has been appointed to address concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The Ombudsman does not diminish the authority or 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 concern. The Ombudsman does
not participate in evaluation of proposals or in the source selection
process. Interested parties are invited to call Colonel Steven
Sheldon, Director, Commander's Staff, ESC/CX, at 781 377 5106. See Note
26. Posted 06/16/99 (D-SN343491). (0167) Loren Data Corp. http://www.ld.com (SYN# 0221 19990618\16-0027.SOL)
16 - Aircraft Components and Accessories Index Page
|
|