Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

16 -- QF-4 Full Scale Aerial Target (FSAT) Follow-on Production Contract

Notice Date
11/22/2002
 
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
F08635-03-R-0023
 
Archive Date
1/21/2003
 
Point of Contact
Kevin Miller, Contract Specialist, Phone (850)882-9307X5096, Fax (850)882-7950, - Leanne Green, Contract Specialist, Phone (850)882-9307x5057, Fax (850)882-9306,
 
E-Mail Address
kevin.miller@eglin.af.mil, leanne.green@eglin.af.mil
 
Description
QF-4 FULL SCALE AERIAL TARGET (FSAT) PRODUCTION FOLLOW-ON CONTRACT ? The Air Armament Center, Aerial Targets SPO, Contracts Office, Eglin AFB FL, intends to issue a sole-source contract to BAE Systems Flight Systems, Inc, located at 1434 Flight Line Building 58B, Mojave, CA 93501-1665. This sole source contract will be for the production of QF-4 FSATs, Lots 10-14. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition is 336411 with a size standard of 1,500 employees. BAE is the prime contractor for the QF-4 FSAT and has been since the inception of the program in 1992 and has the only known operable manufacturing capability for producing QF-4 FSATs using Air Force airframes. The production of the FSATs requires a substantial initial investment as well as an extended period of preparation and sustainment. The QF-4 program utilizes multiple pieces of equipment, such as basic F-4 support equipment and drone unique production support equipment/test equipment, for which there is only a single set. This unique equipment is currently being utilized by BAE, and will be required for use until all Lot 9 deliveries are completed currently projected for July 2005. There is no known additional set available to be able to establish a second production facility anywhere. The government has determined that the only way to minimize adverse impact to critical mission activities requiring continuous availability of full-scale aerial target is to award the follow-on QF-4 contract to the incumbent contractor. For these reasons, BAE is the only contractor capable of supplying QF-4 FSATs within the required timeframe to meet critical mission requirements. This acquisition is currently projected to extend into the 2010 timeframe. The QF-4 program entails modification of government-provided F-4E and RF-4C aircraft with a contractor-furnished equipment/installation package to provide a remotely controlled, supersonic, afterburning QF-4 FSAT capable of all-attitude, high G maneuvering flight, compatible with the Gulf Range Drone Control System (GRDCS) at Tyndall and Eglin AFBs FL and the Drone Formation Control System (DFCS) at the White Sands Missile Range NM. Major contractor-furnished items are: (1) Command Telemetry System (CTS), (2) Primary and Back-up Automatic Flight Control Systems (AFCSs), (3) Flight Termination System (FTS), and (4) Vector Scorer System [Currently, the Vector Doppler Scorer (VDOPS) produced by Cartwright Electronics, Inc.]. Establishment/maintenance of a body of engineering expertise/sustaining engineering capability will be an integral contract requirement in order to facilitate implementation of candidate system changes/enhancements as requested by the operational community. Integration of new/additional elements such as newly developed target control system [currently the Multi-Service Target Control System (MSTCS) being developed by the 46th Test Wing, Eglin AFB FL] and service-unique payloads interfaces will be required. Sustaining engineering support requirement is projected to extend into the 2011 timeframe. Prior contracts have been issued for EMD and production lots 1-9. This procurement is a continuation of the production of FSATs and is expected to include annual lot buys for production lots ten (10) through fourteen (14). Each lot option will include the following provisions: (1) Procurement of a variable quantity ranging from 12 to 36 FSATs with a best estimated quantity of 18 targets per lot, (2) Maintenance/repair of government-furnished F-4 aircraft for the period from receipt for modification at the contractor's facility through FSAT delivery to and acceptance at Tyndall AFB FL, (3) Sustaining engineering for support of the currently deployed FSAT systems (to include configuration management, development of design changes, integration, and documentation (engineering and technical order data) of newly defined requirements), (4) Drone-unique component warranty (option -- two (2)-year or life-time / five (5)-year period of performance), (5) Repair of non-warranted (out-of-warranty) FSAT system equipment, (6) Sustained logistics/ drone-unique technical order/manual (issued as supplemental manuals to basic F-4 manual series) support, (7) On-site technical representative at Tyndall AFB FL, and (8) Spares provisioning. Environmental stress screening (ESS) from the lowest assembly through the system-level will be required on all drone-unique system components. All drone-unique components procured from other than currently qualified component vendor(s) and any newly redesigned components due to parts obsolescence considerations will be subject to a formal qualification program requirement. All FTS explosive components will be subject to lot acceptance testing. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested parties may submit statements of capability (SOC) demonstrating their ability to: (1) Produce QF-4 FSATs including their ability to obtain necessary support equipment to support operational production capability in the 2004 timeframe, (2) Act as a FSAT prime contractor (to include technical capabilities, approaches to problem solutions, current technical expertise, and current or past FSAT development and/or production efforts), (3) Develop and integrate command and control systems used in unmanned air vehicle operations (to include ability to integrate complex electronics, antenna subsystems, and FTS and explosive components, capabilities and experience with software integration/management for RF and command-control systems/ subsystems), and (4) Develop, test, and validate/verify hardware/software for target command and control systems/subsystems. The statement of capability should show that the respondent has production capability in place to meet the requirements of the QF-4 FSAT follow-on production/sustainment program. As directed by the Foreign Disclosure Office, Eglin AFB, no foreign participation shall be allowed for this effort. Contract award is planned for February 2004 with a 24-month core contract performance period for each lot buy (first delivery 12 months after award/option exercise, last delivery 24 months after award/option exercise date). See Note 22.
 
Place of Performance
Address: BAE Systems Flight Systems, Inc., 1434 Flightline, Bldg 58B, Mojave CA
Zip Code: 93501-1665
Country: United States
 
Record
SN00209884-W 20021124/021122213301 (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  © 1994-2020, Loren Data Corp.