Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2003 FBO #0404
SOLICITATION NOTICE

16 -- VECTOR DOPPLER SCORER (VDOPS) SYSTEM COMPONENTS AND LOGISTICS SUPPORT

Notice Date
1/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F08635-03-C-VDOPS
 
Point of Contact
Judy Bruscino, Contract Specialist, Phone (850)882-9307 x 5179, Fax (850)882-9306, - Leanne Green, Contract Specialist, Phone (850)882-9307x5057, Fax (850)882-9306,
 
E-Mail Address
judith.bruscino@eglin.af.mil, leanne.green@eglin.af.mil
 
Description
The Aerial Targets Systems Program Office, Air Armament Center (AAC), Eglin AFB, Florida, plans to award a sole-source contract for logistics support, subsystem components, spares, and engineering support for USAF AN/DPQ-9 Vector Doppler Scorer (VDOPS) Systems. The Government intends to solicit and negotiate this contract with Cartwright Electronics, 655 West Valencia Drive, Fullerton, CA 92832 under the authority of FAR 6.302-1. VDOPS air-to-air missile scoring systems are installed on USAF QF-4, BQM-34, MQM-107, and AFSAT aerial targets. The overall VDOPS system, to include its logistics support, must meet the performance requirements specified below and must be compatible with the existing VDOPS system operational infrastructure in place at Tyndall AFB, FL and Holloman AFB, NM. This contract is for field and depot level logistics support, hardware production for subsystems components and spare parts, and related engineering services. Options will include spare parts for VDOPS systems currently installed on QF-4, BQM-34, and MQM-107 aerial targets, airborne systems and target installation kits, ground station spares, test equipment, and time and materials for hardware and software engineering support; and future spare parts for AFSAT. The total contact value including options is estimated to be less than $6.0 Million. The period of performance is planned to be a one year basic contract with 4 option years. The AN-DPQ-9 VDOPS systems currently installed are logistically supported, operated and sustained by Cartwright Electronics (CE) through an existing contract. The AN/DPQ-9 VDOPS is a CE proprietary system and was originally contracted as a competitive procurement awarded in February 1995. The government does not own a technical data package for reprocurement. After contract award, there will not be sufficient time available for a potential offeror to become trained without serious impact to user support. The basic requirement of the VDOPS system is to provide the capability to reconstruct the time-tagged history of a missile trajectory. The trajectory description must include the vector position of the missile relative to the aerial target with data collection whenever the missile is within 100 feet of the target. The overall system performance and technical requirements in general include the following: range compatible (telemetry and sensor frequency, etc.) with Tyndall AFB, Eglin AFB, and White Sands Missile Range (WSMR) range complexes; non-cooperative (no scoring system components in the missile) RF scoring technology; 100 percent spherical coverage; position accuracy within 2.0 feet or 8 percent of range to 100 feet (whichever is greater); 600 to 6500 feet per second relative velocity (Target to missile); velocity accuracy within <1% of missile velocity; missile attitude accuracy of 5 degrees at 0 to 50 feet range and 10 degrees from 50 to 100 feet range; ability to score non-linear trajectories; active scoring on 2 targets in formation (200 feet minimum separation); quick look report of scalar point of closest approach and vector score within 2 hours processing time; and target integration on the QF-4, BQM-34, MQM-107D/E and AFSAT. The program office plans to award the VDOPS contract effective 1 September 2003. The anticipated contract type is Firm Fixed Price/Time and Material. Interested firms should submit a Statement of Capability (SOC) within 30 days of this announcement. Responding firms must have a secret level security clearance and must be export control certified in accordance with DOD 5230.25. Export control certification may be obtained through the Defense Logistics Services Center (DLSC), Battle Creek, MI, 49016-3412, telephone 1-800-352-3572. Submit the SOC and export control certification to Ms. Judy Bruscino, AAC/WMRAK, 102 West D Avenue, Suite 373, Eglin AFB FL 32542-6808. The SOC should include and briefly describe plant, professional, and manufacturing resources; knowledge of the technologies involved; experience with the AN/DPQ-9 non-cooperative vector scoring system to include airborne systems, VDOPS ground station, test equipment, and air-to-air missile scoring; experience with related field and depot levels logistic support; what aerial targets the firm has supported; delivery lead time for AN/DPQ-9 VDOPS components; and recommended government furnished equipment. This is not a request for proposal and is not to be construed as a commitment by the government. Respondents to this notice will not be notified of evaluation results. After the SOCs have been screened, the final solicitation will be issued to those prospective sources that, in the sole judgment of the purchasing activity, have the capability to successfully fill the program requirements. Interested sources should contact Ms. Judy Bruscino, Contracts Specialist, AAC/WMRAK, 102 West D Avenue, Suite 373, Eglin AFB, FL 32542-6808, by phone (850) 882-9307, extension 5179, or fax (850) 882-7950 (must call to confirm receipt). For further information on this synopsis concerning technical questions, contact the program manager, 2Lt Joseph Pugliese at extension 5184. See numbered notes 22 and 26.*****
 
Record
SN00235492-W 20030110/030108213417 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.