Loren Data Corp.

'

 
 

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

Electronic 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