|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1998 PSA#2234ESC/JSK, Hanscom AFB, MA 01731-2119 16 -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS)
COMPUTER REPLACEMENT PROGRAM RETROFIT POC Maj Ben Badami, Program
Manager, ESC/JS1T (781)377-9335, or Ms. Mariah Houton, Contract
Specialist, ESC/JSK, (781)377-6983, or Ms. Katherine McIntyre,
Contracting Officer, 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. This synopsis is a
modification to record number 2157PR160030 issued 8/12/98. This
synopsis adds a minimal contracted effort for Major Aircraft
Inspections as part of the regularly scheduled Programmed Depot
Maintenance (PDM). It is the Government's intent to award this
acquisition, on a sole source basis, to Northrop Grumman Corporation,
Electronics and Systems Integration Division, Surveillance and Battle
Management Systems -- Melbourne, P.O. Box 9650, 2000 W. NASA Boulevard,
Building 222, Melbourne, FL, 32902-9650. The Joint STARS Joint Program
Office has a requirement to retrofit 10 operational E-8C production
aircraft (Tail Numbers: 92-3289, 92-3290, 93-0597, 93-1097, 94-0284,
94-0285, 95-0122, 95-0121, 96-0042, and 96-0043) with the Computer
Replacement Program (CRP) hardware and software baseline between 4th
Qtr FY 99 and FY 05. 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 coordination with a Government test force. The CRP
retrofit contractor will be required to concurrently accomplish a Major
Aircraft Inspection during each CRP Retrofit to reduce total aircraft
downtime. Each of the 10 aircraft will require one Major Inspection
during CRP Retrofit. The content of individual inspections can be found
on the worldwide web at: http://contracting.robins.af.mil/jstars.ssi
(see Major Work Card Packages for E-8 Aircraft.doc). Finally, 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 maintenance,
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 Joint STARS
Systems, their integration and operation, 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 15 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, (617) 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 contracting
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 anRFP for this requirement early in the 3rd Qtr FY99.
Anticipated contract start date is late in the 4th Qtr FY99. See
Numbered Notes 22, 26. Posted 12/01/98 (D-SN275695). (0335) Loren Data Corp. http://www.ld.com (SYN# 0222 19981203\16-0020.SOL)
16 - Aircraft Components and Accessories Index Page
|
|