Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2005 FBO #1188
SOLICITATION NOTICE

R -- JOINT SURVEILLANCE TARGET ATTACK RADAR SYSTEM (JOINT STARS) WEAPON SYSTEM TRAINERS MODIFICATION!!

Notice Date
2/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/JS-MA, Joint Stars System Program Office, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2119
 
ZIP Code
01731-2119
 
Solicitation Number
FA8708-05-R-0001
 
Response Due
3/11/2005
 
Archive Date
5/24/2005
 
Small Business Set-Aside
N/A
 
Description
The Joint STARS Program Office of the Electronic Systems Center (ESC/JSSA) is seeking sources for the acquisition of the CNS/ATM modification to the Joint STARS E-8C Weapon System Trainers (WSTs). A new CNS/ATM upgrade to the E-8C aircraft fleet has been initiated through the Northrop Grumman Corporation Joint STARS System Improvement Program (JSSIP) contract, with the Rockwell Collins Corporation as the major subcontractor for CNS/ATM components. This E-8C upgrade encompasses the worldwide changes in Air Traffic Management (ATM) concepts, developed to safely achieve increased air traffic density goals. These upgrades have resulted in changes to national and international requirements for aircraft Communications, Navigation and Surveillance (CNS). These concepts, requirements, and implementations, collectively referred to as CNS/ATM, previously known in the military as Global Air Traffic Management (GATM), necessitate modification to civil, commercial, and military aircraft, as well as the Air Traffic Control (ATC) infrastructure. The International Civil Aviation Organization (ICAO), Federal Aviation Administration (FAA), and other Civil Aviation Authorities (CAA) have begun to implement new air traffic architecture to meet this need. In addition, United States Air Force (USAF) safety improvement mandates, such as use of predictive wind shear, are directly related to the CNS/ATM effort. In order to operate in both domestic and international airspace, the E-8C Joint STARS aircraft must be upgraded to satisfy CNS/ATM specifications. Those requirements are already being implemented throughout the world and non-compliance results in operational restrictions and associated impacts. The CNS/ATM environment transitions to satellite-based GPS (Global Positioning System) navigation with increased reliance on digital data links rather than voice for pilot/controller communication in oceanic/remote airspace, as well as en-route and in terminal environments. The CNS/ATM environment improves surveillance by enhancing both ground and flight deck situational awareness through improved communications and electronic displays. This effort will upgrade the WSTs that are located at Warner - Robins AFB, GA, that are used to train the E-8C Joint STARS flight crews. This ground training is rigorous and saves significant air flight costs, by thoroughly orienting the flight crew before their E-8C flights. As each significant modification is made to the E-8 C, it is implemented in the WSTs prior to fleet modification, thus increasing crew proficiency greatly. The WST has been a long-range program initiated in the early 1990's after an award of a competitive contract to the Rockwell Collins Corporation. To date the development of the 2 WSTs and the subsequent modifications have obligated over $27M in funding through Aeronautical Systems Center's contract with Rockwell Collins, and developed a unique and premier E-8C simulation and training system. These trainers have been developed since 1994, and have undergone numerous modifications since delivery to Warner - Robins AFB. The major components of the CNS/ATM upgrade for both the Joint STARS E-8 C and WSTs are based on commercial products produced by the Rockwell Collins Corporation at Cedar Rapids, IA. The WSTs are currently already in use for training and one cannot be removed from the training schedule to allow for study, examination, and teardown by any contractor. On the basis of the history of the WST Program, the Electronic Systems Center intends to issues a Request for Proposal only to Rockwell Collins via the WR-ALC Rockwell Collins Partnership Corporate Contract. The statutory authority to do so is 10 U.S.C. 230 (c) (1) which states the following: "When the supplies or services required by the agency are available from only one source, or from only one or a limited number of responsible sources, and no other supplies or services will satisfy the requirements, full and open competition need not be provided for." However, if a firm believes it can meet the WST requirements that firm should submit a statement of qualifications that demonstrates that they can provide technically compliant upgrade to the WSTs at WR-ALC. The statement of qualification is limited to 50 pages, and text should be 12-font Arial, and graphics should have no smaller than 10-font test. Statements should be submitted within 15 days of the publication of this notice, to the buyer, Lt. John Kendall, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2119. Commercial brochures will not be accepted. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any cost incurred in developing the information provided to ESC. Without written permission from the respondent, ESC will not release to any firm, agency, or individual outside the Government, any information marked "Proprietary". This synopsis is for planning and information purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate approach. The Government will solicit the firms meeting the screening criteria listed below. Any interested firm initially judged to be unqualified will be provided a copy of the solicitation upon request. Any offer submitted by such a firm will be evaluated without prejudice. The CNS/ATM modification to the E-8C Joint STARS Weapon System Trainers will include the following. a. Sample flight crew training functions affected by the upgrade of the WSTs with the E-8 are 1) Perform Preflight Inspection checklists. 2) Evaluate Mission System Status 3) Monitor and Control Systems to Achieve Mission Tasking/Objectives 4) Interpret Navigation data 5) Log Key Air Request Data on Mission Log 6) Monitor Mission Crew Preparations 7) Perform After Landing and Before Leaving Aircraft Checklists 8) Respond to actual emergency situation b. Integration with the ongoing upgrade of the WSTs with the Terminal Collision and Avoidance System (TCAS). TCAS will be completed in the WSTs in 2006 and form a basis for the CNS/ATM modification to the WSTs, just as it is in the actual E-8C. In addition to addressing the above technical issues, the statement of capabilities should address the following: (1) Name and address of the firm; (2) Size of business (Does your firm qualify as a small, emergent business or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified hub zone firm? Is your firm is a woman-owned or operated business?) (3) Ownership (particularly foreign ownership of partial ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) Company profile to include number of employees, annual revenue history, office locations, DUNS number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; (7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include names and current job titles; (8) Management approach to staffing the total effort with qualified personnel, based on past staffing plans. The staffing plan should address any new hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a similar effort; (10) A description of clearance level - respondents must have a Top Secret clearance; (11) Past experience with Boeing 707 type airframes and its subsystems, e.g. 1553 Data Buses, CNS/ATM Systems, Trainers and simulator for Aircraft, Antennas, cockpit displays, SATCOM Links and intelligence links. Only include information about on-going contract(s) or contract(s) completed within the last five years that have relevant past experience. Required specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type (FFP, Cost, IDIQ, or combination); (d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number; (g) Contracting Officers Technical Representative name and current telephone number; (h) List of major subcontractors including name, address, and telephone numbers of primary points of contact. (12) Respondents must have a certified cost accounting system, certified pricing system, and certified estimating system. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov.***** See Note 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: Warner-Robins AFB, GA
Zip Code: N/A
Country: N/A
 
Record
SN00757670-W 20050226/050224212039 (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.