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