|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157ESC/JSK, Hanscom AFB, MA 01731-2119 16 -- JOINT SURVEILLANCE TARGET RADAR SYSTEM (JOINT STARS) COMPUTER
REPLACEMENT PROGRAM RETROFIT POC Maj Ben Badami, Program Manager,
ESC/JSIT (781) 377-9335, or Ms. Mariah Houton, ESC/JSK (781) 377-6983,
or Ms. Katherine McIntyre, ESC/JSK (781) 377-6743 WEB: ESC Business
Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click
Here to E-mail the POC, houtonm@hanscom.af.mil. The Joint STARS Joint
Program Office has a requirement to retrofit up to 10 operational E-8C
production aircraft systems with the Computer Replacement Program (CRP)
hardware and software baseline between 4th Qtr FY 99 and FY 04. CRP is
currently undergoing Engineering and Manufacturing Development (EMD)
under the Joint STARS Follow-On Full Scale Development contract with
Northrop Grumman and will replace the current Central Computers,
Operator Work Stations, selected portions of the radar signal
processor, the Local Area Network (LAN), and other peripheral
equipment. Additionally, aircraft subsystem modifications to include
the environmental control system, the electrical power system, and
mounting provisions are being performed to accommodate the replaced
equipment. EMD completion is scheduled for 30 April 2000. No CRP
technical data will be available at the time of the Request for
Proposal (RFP) release. Technical data describing the baseline
configuration for the E-8C production aircraft systems will be
available. The CRP retrofit contractor will be required to acquire
and/or fabricate equipment, perform the retrofit on each operational
E-8C production aircraft system, and conduct functional, system-level
performance, and flight tests in accordance with the CRP System
Acceptance Test Procedures, on each retrofitted E-8C production
aircraft system in conjunction with a Government test force.
Additionally, the CRP retrofit contractor will be required to update
and deliver modified technical documentation that includes automated
technical manuals for each retrofitted E-8C production aircraft system.
Interested firms should respond by indicating their capabilities to
meet the following screening criteria: (a) possess or have the ability
to obtain a US Secret level security clearance and provide a secure
facility for E-8C aircraft system modification and test; (b) have
demonstrated applicable experience in Boeing 707 or similar aircraft
modification, and design, installation, and retrofit of system
upgrades,such as large-scale airborne radar, tactical voice and
datalink communications, and avionics equipment; (c) have demonstrated
applicable experience in understanding and testing physical and
functional interfaces with advanced computational and operator
workstation equipment including various types of data busses/LANs and
associated recording devices; (d) have demonstrated applicable
experience in system integration and system testing, including data
recording, data reduction, flight testing and possess the ability to
perform collaborative system testing with Government test force
personnel; (e) have demonstrated applicable experience in performing
retrofits on large aircraft systems including software loading using
various PROM programming devices, developing retrofit instructions and
installation kits, and updating final documentation packages to
capture unique implemented system configurations to form the new
production system baseline(s); (f) have demonstrated efficient
subcontractor and vendor product acquisition management, and experience
in customer interaction with Government acquisition program offices;
(g) have demonstrated experience in updating extensive logistics
support analysis (LSA) databases concurrent with associated complex
retrofit efforts; and (h) have a thorough understanding of the Joint
STARS System (and its operations) or be able to obtain such
understanding. This synopsis is for information and planning purposes
only and does not constitute an RFP nor does its issuance restrict the
Government as to the ultimate acquisition approach. The Government
will solicit those firms meeting the screening criteria in this
synopsis. Interested firms should submit a capabilities description to
ESC/JS1T, Attn.: Maj Ben Badami, 75 Vandenberg Drive, Hanscom AFB, MA
01731-2119 within 30 days of this publication. Firms should indicate
whether they are a large, small business, small disadvantaged business,
8(a) concern, or women-owned small business, whether they qualify as
socially or economically disadvantaged and whether they are a U.S. or
foreign-owned firm. An Ombudsman has been appointed to address concerns
from interested firms during this phase of the acquisition. The
Ombudsman does not diminish the authority of the program director or
contracting officer, but communicates contractor concerns, issues,
disagreements, and recommendations to the appropriate Government
official. When requested, the Ombudsman shall maintain strict
confidentiality as to the source of the concern. The ESC Ombudsman is
Col Lee Hughes, ESC/CX, (781) 377-5106. The Ombudsman should be
contacted only with issues or problems that have been brought
previously to the attention of the program manager and/or contract-ing
officer and could not be resolved satisfactorily at that level. Any
interested firm initially judged to be unqualified will be provided a
copy of the solicitation upon request. Any offer submitted by such a
firm will be evaluated without prejudice. The Government anticipates
the release of an RFP for this requirement in2nd Qtr FY99. Anticipated
contract start date is 4th Qtr FY99. See Note 26. Posted 08/10/98
(D-SN234966). (0222) Loren Data Corp. http://www.ld.com (SYN# 0282 19980812\16-0030.SOL)
16 - Aircraft Components and Accessories Index Page
|
|