COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17, 2001 PSA #2999
SOLICITATIONS
15 -- AIR FORCE SUBSCALE AERIAL TARGET (AFSAT)
- Notice Date
- December 13, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F08635-02-R-0005
- Response Due
- December 27, 2001
- Point of Contact
- Andrew Jacobs, Contract Specialist, Phone (850)882-9307 ext 5096, Fax (850)882-9306, Email andrew.jacobs@eglin.af.mil -- Marcia Smith, Contract Specialist, Phone (850)882-9307x5081, Fax (850)882-9306, Email marcia.smith@eglin.af.mil
- Description
- The Air Armament Center (AAC), Directorate of Aerial Targets (AAC/WMRA) plans to award 2 contracts from the competitive request for proposal (RFP) in this announcement. Each of the two contracts will have a flight performance demonstration phase and a production phase. The flight performance demonstration phase will contain 2 preproduction Air Force Subscale Aerial Targets (AFSATs), which will be evaluated in a flight demonstration. The production phase will contain approximately 5 option production lots with a total best estimated quantity of 102 AFSATs. It is planned that there will be a down select to one contractor to continue with the production phase which will also include a first article acceptance test, peculiar support equipment, logistics support, technical manuals and other related tasks. The AFSAT will be a multi-mission capable aerial target that will replace the MQM-107D/E and BQM-34A-47/53 subscale targets as they are depleted from the Air Force inventory. The 53d Weapons Evaluation Group (53WEG), Air Combat Command (ACC) presently operates the MQM-107D/Es and BQM-34A-47/53s at Tyndall AFB, FL. The primary mission of the AFSAT will be to support the test and evaluation (T&E) of weapon systems. A secondary mission will be to support live air-to-air missile training. There is a documented requirement for a reduced radar cross section capability on a limited number of targets annually. The bidders should consider an approach for addressing this requirement without specific reference to measurement data. This program is unclassified. The AFSAT will be a Non-Developmental Item (NDI) subscale aerial target. Possibly, small amounts of RDT&E funding will be infused for product improvements with the annual production options. A RFP will be released in late December 2001 or January 2002 for all companies interested in competing. Due date for proposals will be approximately 5 February 2002. All RFP documentation is currently on the Aerial Targets ATIMS web site and also the Fed Biz Opps Page (http://eps.satx.disa.mil/). AFSAT performance requirements (Threshold//Objective and Key Performance Parameters (KPP) are as follows: a) Endurance (minutes), 60 at 15,000 feet, 30 of the 60 at military power (Threshold KPP)//75 at 15,000 feet, 30 of 75 at military power, or 45 at military power at 500 feet (Objective); b) Minimum to Maximum Airspeed Range, 250 KCAS to 0.90M (Threshold KPP)//200 KCAS to 1.5M (Objective) at 15kft.; c) Payload Carriage (pounds), Total 300 (Threshold KPP)//500 (Objective), Internal 100, plus Growth Capacity (Threshold KPP)//350 (Objective), Wing Stress (Pounds Per Wing) 150//250; d) Formation, Flights of 2, 3, and 4 targets (Threshold KPP); e) Operating Environment, day and night, visual and instrument meteorological conditions (VMC and IMC); f) Launch Wind Restrictions, Ground (Knots), 50 headwind, 20 crosswind, 28 tailwind//Air launch TBD Winds; g) Launch, Land//Air; h) Recovery, Land and Water; i) Sustained g at 10,000 feet, +6.0//+9.0; j) Sustained Turn Rate at 10,000 feet (degrees per second), 10//17; k) OperatingAltitude, 50 ft AGL to 50,000 ft//50 ft AGL to 60,000 ft; l) Visual Acquisition (nautical miles), equal to or greater than 3//5; m) Aspect Angle Determination (Nautical Miles), equal to or greater than 1.5//2; n) Visual Augmentation Systems, Smoke, Paint, and Strobe Lights; o) Payloads (systems), ALE-44, ALE-40, M-130, ULQ-21 Components, DLQ-9, APC-4 IR Pods, and ALE-50; p) Target Control System (TCS)-Compatibility, Air Force TCS//Capable of Operating With All DOD TCSs; q) TCS-Operation, Fly Automated Maneuvers and Can Be Manually Operated; r) TCS-Hold Commanded Heading (plus/minus degrees), 5//3; s) Scoring System, AN/DPQ-9 VDOPS; t) IFF Modes, 3/A and C//2 and 4; u) Probability of Mission Success for 60 Minute Mission, 0.95//0.97; v) Availability, Probability the AFSAT will pass the functional check prior to a mission, 0.90//0.95. PROGRAM SCHEDULE: Source selection FEB -- APR 02, Contract Award to 2 companies late APR 02, flight demos AUG -- NOV 03, down select to 1 company JAN 04, production deliveries begin/first article acceptance tests APR 05, required assets available SEP 05. This program is restricted to domestic source prime contractors only. Responding firms must have a secret level security clearance and must be export control certified in accordance with DoD 5230.25. Export control certification may be obtained through the Defense Logistics Services Center (DLSC), Battle Creek, MI, 49016-3412, telephone 1-800-352-3572. Program management questions may be addressed to Ms. Elaine Farrington, Program Manager (850) 882-9307 extension 5121, technical questions to Mr. Ellis Boudreaux, lead engineer (850) 882-9307 extension 5124, and for contracting questions dial (850) 882-4400 extension 5252 for Ms. Smith and extension 5096 for Mr. Jacobs. The Air Armament Center (AAC) has appointed an Acquisition Ombudsman to hear concerns from offerors or potential offerors during the proposal development phase of an AAC 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 personnel. (You should only contact the Ombudsman with issues or concerns that you cannot satisfactorily resolve with the program manger and/or contracting officer.) When requested, the ombudsman shall maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties may contact the AAC Acquisition Ombudsman: Dr. Mario J. Caluda, AAC/CD, 101 West D Avenue, Suite 123, Eglin AFB, FL 32425-5495, e-mail: mario.caluda@eglin.af.mil, Phone: (850) 882-5558. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-R-0005/listing.html)
- Record
- Loren Data Corp. 20011217/15SOL001.HTM (D-347 SN515164)
| 15 - Aircraft and Airframe Structural Components Index
|
Issue Index |
Created on December 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|