Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375

ASC/FBLK, Building 16, Mail Stop 16 2275 D Street, Suite 142 Wright-Patterson AFB OH, 45433-7233

99 -- LANTIRN BOMB DAMAGE ASSESSMENT MOD EMD SOL F33657-99-R-0049 DUE 083199 POC Thomas J. Tippett, PCO, or Joseph E. Bracht,(937) 255-4001 ext 4075 or ext 4081 WEB: 99R0049-LANTIRN Bomb Damage Assessment Mod EMD, http://www.pixs.wpafb.af.mil/pixslibr/99R0049/99R0049.asp. E-MAIL: tippettt@ascfb.wpafb.af.mil, tippettt@ascfb.wpafb.af.mil. 17. The objective of this synopsis is to seek interested sources able to perform an 18- month Engineering and Manufacturing Development (EMD) effort for a LANTIRN Bomb Damage Assessment (BDA) Modification Program. The effort will consist of detailed design, manufacture, integration and test of a radiometer, digital recorder and portable data transfer device with the current LANTIRN Targeting Pod on F-15 aircraft. Software and hardware updates will also be completed on associated support equipment and image interpreter workstations. Offers will be considered from any firm providing clear and convincing evidence of its capability to meet all of the following criteria: (a) design, manufacture, and integrate a two-band, 3- 5 micron radiometer that collects detonation signature data defined in previous phase requirements definitions; (b) complete integration design of a digital recording system that records radiometer data and Forward Looking Infrared (FLIR) video imagery; (c) provide retrofit kit for the digital recording system; (d) provide a means of downloading the digital data on the flight line; (e) design and integrate software to be hosted on existing workstations that analyzes data in order to confirm detonation, characterize detonation environment and produce estimates of facility damage; (f) provide updates to Technical Orders/Manuals; (g) support fielding of system; (h) provide all required engineering data; and (i) demonstrate capability to conduct systems engineering, manufacturing and project management for the system within the 18-month effort. This modification would be done on existing LANTIRN targeting pods with no degradation in current mission performance and would be transparent to the pilot. A production/retrofit decision will be made following successful completion of the EMD program and authorization to proceed for retrofits of 43 Targeting Pods spread out over a three year period (i.e. three separate production awards). Delivery of the first LANTIRN BDA Pod is anticipated to occur in January 2002. This synopsis provides notification of a pending Request for Proposal (RFP) release on or about 30 July 1999. Proposal responses should be submitted by noon on 31 August 1999. Sources responding to this synopsis should provide information concerning key management and program personnel including a resume of their previous experience and evidence of capability to perform successfully. This statement will have a ten (10) page maximum limit, double-spaced, point size 12. The Standard Industrial Code (SIC) for this procurement action is 3728. Please indicate number of employees in relation to the 1,000-person size standard for determination of small business status (this is not a small business set-aside). Failure to provide the above data with your response to this notice may disqualify your firm from further consideration. Information requested herein is for planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. All responses from responsible sources will be fully considered; however, receipt of responses will not be acknowledged. All respondents are reminded that the Government must receive all responses within 30 days of publication of this notice. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. If needed, potential offerors are invited to contact ASC?s Ombudsman, Mr. Stephen Plaisted, 1790 10th Street, Room 208, Wright- Patterson AFB, OH 45433-7126, at (937) 255-9095. Direct capabilities package and any routine communications concerning this acquisition to Mr. Joseph Bracht or Mr. Thomas Tippett, Contracting Officer, ASC/FBLK, Building 16, Mail Stop 16, 2275 D Street, Suite 142, Wright-Patterson AFB OH 45433-7233, (937) 255-4001. See Note 26. Posted 06/23/99 (D-SN346356). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0377 19990625\99-0007.SOL)


99 - Miscellaneous Index Page