Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

16 -- VECTOR DOPPLER SCORER (VDOPS) SYSTEM COMPONENTS

Notice Date
4/10/2002
 
Notice Type
Solicitation Notice
 
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
Reference-Number-WMRAK-02-VDOPS-COMPONENTS
 
Response Due
4/25/2002
 
Point of Contact
Michael Washington, Contract Specialist, Phone (850)882-9307 ext 5179, Fax (850)882-9306, - Michael Washington, Contract Specialist, Phone (850)882-9307 ext 5179, Fax (850)882-9306,
 
E-Mail Address
michael.washington@eglin.af.mil, michael.washington@eglin.af.mil
 
Description
The Air Armament Center, Armament Product Directorate, Aerial Targets System Program Office (AAC/WMRA), Eglin AFB, Florida intends to award a sole source Firm Fixed Price contract action for approximately 15 AN/DPQ-9 Vector Doppler Scorer (VDOPS) systems to equip BQM-34-47 aerial targets in the Air Force inventory to Cartwright Electronics, 655 West Valencia Drive, Fullerton, CA 92832-2104. These systems must be compatible with the existing VDOPS system operational infrastructure in place at Tyndall AFB, FL and Holloman AFB, NM. The approximate value for this contract action is $650,000. This action is for hardware production; no development or operational support is included. The period of performance is planned to be approximately 9 months. The AN/DPQ-9 VDOPS systems currently installed are operated and sustained by Cartwright Electronics (CE) through a separate contract. The AN/DPQ-9 VDOPS is a CE proprietary system and was originally contracted as a competitive procurement awarded in February 1995. The government does not own a technical data package for reprocurement. The basic requirement of the VDOPS system is to provide the capability to reconstruct the time-tagged history of a missile trajectory. The trajectory description must include the vector position of the missile relative to the aerial target with data collection whenever the missile is within 100 feet of the target. The technical requirements in general include the following: range compatible (telemetry and sensor frequency, etc) with Tyndall AFB, Eglin AFB, and White Sands Missile Range (WSMR) range complexes, RF scoring technology, 100 percent spherical coverage, position accuracy within 2.0 feet or 8 percent of range to 100 feet (whichever is greater), 600 to 6500 feet per second relative velocity (target to missile) velocity accuracy within <1% of missile velocity, missile attitude accuracy of 5 degrees at 0 to 50 feet range and 10 degrees from 50 to 100 feet range, 2 targets in formation (200 feet minimum separation), quick look report of scalar point of closest approach and vector score within 2 hours proceeding time, and target integration on the BQM-34-47. 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, and telephone 1-800-352-3572. Responsible sources that feel they meet the above requirements are invited to submit a Statement of Capabilities (SOC) no later than 15 days of this announcement to AAC/WMRA, ATTN: Capt. Michael Washington, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808. SOC should include and briefly describe plant, professional, and manufacturing resources, knowledge of the technologies involved, experience with noncooperative vector scoring systems and description of the firm's candidate system at the functional level and what aerial targets the system has been integrated and tested on. Information sought includes size, weight, and power requirements, test data showing compliance with the technical requirements stated above, external interfaces (including connector specifications), scoring antenna requirements (quantity, transmit and receive), delivery and lead time for components (from order), environmental testing completed (vibration and high temperature), electromagnetic compatibility testing completed (susceptibility and areas of concern), operational "pre-flight" checkout requirements, and recommended government furnished equipment. This is not a request for proposal and is not to be construed as a commitment by the Government. Any hardware or services that the government may elect to procure as a result of responses to this inquiry will be announced separately. 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 director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation proposals or in the source selection process. Interested parties may contact Dr. Mario Caluda, at (850) 882-5558 or e-mail: mario.caluda@eglin.af.mil with concerns. Program Management and technical questions may be addressed to 2Lt Joe Pugliese, Program Manager (850) 882-9307 Ext 5184, and for contracting questions Capt. Michael Washington, (850) 882-9307 Ext 5179. Collect calls will not be accepted. See Numbered Note 22.
 
Record
SN00055396-W 20020411/020410063350 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.