Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1999 PSA#2432

US Army, CECOM, Research, Logistics and Engineering Operations Directorate, Fort Monmouth, NJ 07703-5000

66 -- MARKET SURVEY FOR AN/ASN-157 DOPPLER NAVIGATION SYSTEM DUE 092799 POC Robert Ohliger, Electronics Engineer, 732-427-4686 E-MAIL: CECOM POC, ohliger@doim6.monouth.army.mil. This is a market survey covering a Doppler Navigation Set (DNS), procured previously as AN/ASN-157, contained in a single Line Replaceable Unit (LRU). This action is not a request for proposal and does not commit the Army to procurement of this set. The Army has a requirement to purchase an additional quantity of approximately 348 AN/ASN-157 DNSs (including spares) over a 5 year period for use in the AH-64C/D Longbow Apache Helicopter. Prototype installation in the AH-64 Longbow Apache helicopter has been accomplished for the AN/ASN-157. A production line has been established and first article acceptance qualification testing has been completed. Delivery of this final lot is scheduled to commence in June 2000. Additional DNSs are required for delivery commencing July 2001 at an initial rate of 6 sets per month. The equipment offered in response to this market survey is required to meet the Government Performance Specification, MIL-PRF-XXXXX, for the AN/ASN-157 Doppler Navigation Set and the provisions of Installation and Acceptance Test Document AV-IT5845-001A. Only those offerors who can meet the total technical and delivery requirements with a fully qualified ASN-157 DNS that meets Form, Fit and Function requirements should respond. Offerors must provide proof of their ability, in response to this market survey, to the procuring activity no later than 30 days following publication in the CBD. The Government is not planning a qualification test of equipment prior to Formal Solicitation. Offerors proof of their ability to meet Government requirements shall, as a minimum, include the following: a. Equipment availability and validated bench and flight (helicopter) test data to show the offeror's capability to meet Apache Longbow operational requirements. b. Availability of operational manuals (draft manuals acceptable). c. Ability to meet government total delivery requirement commencing 11 months after award of contract at a rate of 6 sets per month through the 5 year of the contract. The production DNS to be procured, in response to the formal Army solicitation shall, as a minimum, have the following capabilities: (1) Meet the requirements of the government Product Performance Specification, MIL-PRF-XXXXX, dated 10 June 1999 for the AN/ASN-157 Doppler Navigation Set and the provisions of Installation and Acceptance Test Document AV-IT-5845-001A. (2) Operation with any SAE-15531 (MIL- STD-1553B) bus control unit. (3) Mechanical mounting characteristics such that the DNS can be mounted to existing aircraft holes per AV-IT-5845-001A. (4) Protected against permanent damage and shall not incur lasting performance degradation when exposed to electromagnetic fields of up to 200 volts/meter reference MIL-STD-461, RS03. Additional program requirements are anticipated to include the following: (a) Three year performance warranty commencing with delivery for each set. (b) Operational and Logistics Documentation. It is the intent of the Government to issue a solicitation for both technical and cost proposals approximately 2 ND Quarter FY-2000 to only those offerors who are determined to be qualified from the market survey. Only those offerors with extensive Doppler navigation design experience, and who can meet Army requirements should respond. Offerors' believing they have equipment that is capable of meeting the stated technical requirements and delivery schedule should submit proposals for their equipment together with validated operational test acceptance data and supporting rationale. Where minor changes to an existing design are necessary in order to meet the provisions of the referenced documents, the offeror shall outline the exact changes required to meet the Government requirements and describe the validation testing that must be done before production delivery. Interested parties shall respond with the information requested NLT 27 Sep 99. Written responses shall be sent to USACECOM, ATTN: AMSEL-RD-C2-P-PP (Robert Ohliger), Ft. Monmouth, NJ 07703-5603. Technical questions and requests for the referenced documents shall be sent to the above address. No telephone inquires will be accepted. Award is anticipated by 3 RD Quarter FY-2000. The planned basis of award is "best value to the government". Posted 09/13/99 (D-SN379492). (0256)

Loren Data Corp. http://www.ld.com (SYN# 0306 19990915\66-0011.SOL)


66 - Instruments and Laboratory Equipment Index Page