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