COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,2000 PSA#2674 ESC/AW, AWACS Program Office, 3 Eglin St., Hanscom AFB, MA 01731-2115 58 -- AIRBORNE WARNING AND CONTROL SYSTEM (AWACS) MODERNIZATION AND
SYSTEM SUPPORT (AMASS) SOL n/a DUE 091100 POC Contract Manager, Capt.
Cecilia Kipp, 781/377-6859/Contracting Officer, Richard Fox,
781/377-6667 WEB: ESC Business Opportunities Web Page,
http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC,
Sidney.Kimhan@hanscom.af.mil. Electronic Systems Center wishes to
identify potential contractors for the Airborne Warning and Control
System (AWACS) Modernization and System Support (AMASS) acquisition.
AMASS will consolidate AWACS modernization, system integration,
sustainment, weapon system management and systems engineering
requirements under a single omnibus contract. We anticipate a five-year
basic award period with up to five, three-year award-term options. The
effort will provide the same or similar services currently provided by
various sole source contracts with Boeing the AWACS prime and systems
integration contractor, as well as Northrop Grumman and Lockheed
Martin, manufacturers of the AWACS radar and mission computing major
sub-systems respectively. The AMASS contract also provides for
management of selected component and sub-component equipment repair
requirements. The goal of the AMASS effort is to increase AWACS Weapon
System Availability, deliver and sustain premier AWACS and AEW&C
capabilities, achieve more efficient Weapon System Management, increase
contractor accountability, reduce total ownership costs. Migration of
these responsibilities to a prime contractor shall not impact current
operations and support to the AWACS fleet. The AMASS effort also
includes studies, development, design, testing, production, trial
installation, fleet installation, systems engineering, and sustainment
engineering support. The Contractor shall also design, produce,
document, integrate, lab test, flight test, collect/process
certification data, provide air worthiness certification data, ensure
operational safety, suitability, and effectiveness (OSS&E), qualify,
and deliver major modifications for the E-3C system such as Global Air
Traffic Management (GATM), the System Block 40/45 Modification
(computer, displays and communication upgrade), and Demand Assigned
Multiple Access (DAMA) SATCOM enhancement. Additionally, the contractor
will provide analysis, design and production of other major and minor
system modifications, and support configuration management and control
of E-3 aircraft. Maintenance of air worthiness and configuration
control will also be required for the AWACS test bed aircraft and
ground laboratories, which support software development and system
integration. Technical orders (T.O.s), spares, repair services,
including delivery of organic repair capabilities, support equipment
and training and all data associated with these activities (including
data storage facilities) will also be required. Other requirements are
for personnel to conduct ground, lab and flight testing, data
handling, reduction and analysis, and engineering services for special
projects related to the AWACS Weapon System. Performance of
contractual requirements necessitates capabilities and experience in
the areas of development, system engineering, integration and testing
of the AWACS system including the air vehicle, mission systems, and
ground support systems. Systems engineering capability requires a
thorough knowledge of the interfacing and Interface Requirements
Documents between AWACS functional groups and components and detailed
operational and system knowledge of the complete AWACS system which
would enable comprehensive system analysis and integration efforts
including but not limited to aero performance, stability and control,
installed mission equipment performance, safety of flight and EMI/EMC
analysis. Since the USAF did not formally acquire most interface
control documentation and some lower level specifications and detailed
drawings, this information may not be readily available and/or the
accuracy cannot be readily ascertained. Facilities are required to
house, for access on a continuing basis, the AWACS test bed aircraft,
the avionics integration and software development lab, and associated
data and T.O.s. Facilities are required for the AWACS test airplane to
operate to include an AWACS capable runway and hangar capable of
housing the aircraft and associated aerospace ground equipment (AGE),
etc. All personnel working on/operating the aircraft, labs, and
associated data must have at least a secret clearance (some personnel
may be required to have a Top Secret security clearance with SCI) and
their company must have a Top Secret facility clearance. The Government
requests interested offerors submit two (2) copies of a statement of
their qualifications to ESC/AWK, 3 Eglin St., Hanscom AFB, MA
01731-2115, Attn: Capt. Cecilia Kipp. Responses must be received NLT 11
September 2000. Qualification packages should not exceed ten (10)
one-sided pages and should detail: (a) AWACS system experience; (b)
your company's ability to perform the aforementioned AMASS goals and
(c) your ability to affect a seamless transition from current
contracts. The Government will consider prospective offerors' responses
when crafting the acquisition strategy. An Acquisition Ombudsman,
Colonel Joseph B. Magnone, Director, Commander's Staff, has been
appointed to hear concerns from offerors or potential offerors during
proposal development. You should only contact the Ombudsman with issues
or problems you cannot satisfactorily resolve with the program manager
and/or contracting officer. The Ombudsman role is to hear concerns,
issues, and recommendations and communicate these to the appropriate
government personnel. The Ombudsman will maintain strict
confidentiality if desired. The Ombudsman does not evaluate proposals
or participate in source selection. You can contact the Ombudsman at
(781) 377-5106. See Note 26. Posted 08/25/00 (D-SN490429). (0238) Loren Data Corp. http://www.ld.com (SYN# 0235 20000829\58-0009.SOL)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on August 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|