Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1995 PSA#1430

ASC/LUMK, WPAFB, OH 45433-7233

58 -- MC-130H COMBAT TALON II COMMUNICATION UPGRADE POC Buyer, Ms Farris L. Welsh/Contracting Officer, Michael Rief, (513) 255-2974. The MC-130H Combat Talon II (CT-II) Contracting Division (ASC/LUMK) at Headquarters Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio seeks sources for an upgrade to the Communication Suite of the CT-II starting 15 May 1996. The CT-II weapon system, developed and produced by Loral Federal Systems - Owego (LFS-O), is a modified C-130 aircraft integrated with both off-the-shelf and newly developed avionics systems. The integrated avionics enable the CT-II aircraft to airland or airdrop heavy payloads over long ranges at low altitude, at night, and under adverse weather conditions. The CT-II Communication Suite capabilities not included on the original C-130 were either procured Contractor Furnished Equipment (CFE), or provided as Government Furnished Equipment (GFE), and integrated by LFS-O. The Communications Upgrade (CU) modifies 24 MC-130H aircraft to integrate, across the 1553B Data Bus, the ARC-187/RT-1571 Narrow Band Satellite Communication (SATCOM) with Demand Assigned Multiple Access Capability (DAMA), the ARC-222/RT-1704A Single Channel to Ground Airborne Radio System (SINCGARS), the ARC-190/RT-1341(V)8 HF Automatic Communications Processor (HF ACP) with Selective Receiver Calling/Scanning Capability, and a 3.5'' disk drive. In addition, interfaces for Digital Message Device Group (DMDG) capability will be provided to each radio, existing Crypto units will be replaced with KY-100 Crypto devices, and Crypto common area fill ports will be installed. These efforts require a significant amount of software modifications to the Control Display Computer System Function Processor (SFP) and the Mission Computer Operational Flight Program (OFP). The CU shall consist of non-recurring engineering, aircraft modification kits, mission equipment, associated data and source codes, updates to trainers, and installations. The government cannot provide the patchless OFP and SFP software versions or the complete data and drawing packages. LFS-O is the only known contractor with access to these items. The government contemplates award of a firm fixed price contract. The Request for Proposal is scheduled to be issued approximately December 1995 with contract award in May 1996 and installations beginningMarch 1998. Potential offerors must be thoroughly familiar with the CT-II Communications Suite including the OFP, SFP, and Start Up Read Only Memory Program (SROMP) software. Potential offerors must also have demonstrated excellent past performance in work on government communications systems and must be able to meet the government's installation schedule. Responses shall include, at a minimum, the following information: all engineering, management and production staff needed to complete the effort, including man loading and resumes of key personnel, previous experience and contracts associated with similar communication integration efforts, strategy for acquiring software, technical data, and Associate Contractor Agreements with the vendors of the communications equipment and the existing CT-II, detailed financial capabilities, and description of available facilities to include software integration testing facilities. All information received by the government as a result of this request for sources shall be at no cost, nor, shall the government compensate any respondent for costs incurred in the development of this information. This request for sources in no way commits or implies a commitment by the government for future contractual obligation. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resulting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Col Robert C. Helt, Director of Program Management Directorate, ASC/CY, Bldg 2041, 2511 L St., Wright-Patterson AFB, OH 45433-7303, at DSN 785-1427 or Commercial (513) 255-1427, with serious concerns only. Routine communication concerning this acquisition should be directed to the point of contact listed below. Each firm responding to this synopsis shall include its size status in relation to SIC code 3728. Each respondent should include its assigned Commercial and Government entity (CAGE) Code (i.e., Federal Supply Code for Manufacturers, a five digit code assigned by Commander, Defense Logistics Service Center, Attn: DLSC-SBB, Federal Center, 74 N. Washington, Battle Creek MI, Ref DoD 5000.12(M)). Interested firms should sbmit sufficient information which will permit evaluation of technical capabilities in writing to ASC/LUMK, ATTN: Ms. Farris L. Welsh, Bldg 16, MS 16, 2275 D St., Suite 16, Wright-Patterson AFB, OH 45433-7233, at DSN 785-2974 or Commercial (513) 255-2974 or by facsimile machine, DSN 785-4011 or Commercial (513) 255-4011, ATTN: ASC/LUMK, Ms. Farris L. Welsh. Responses should include three copies. Only written or faxed requests received directly from the requester are acceptable. No telephone requests will be accepted. Request all interested firms submit their responses no later than 2 Oct 95. (0254)

Loren Data Corp. http://www.ld.com (SYN# 0175 19950912\58-0012.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page