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