Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

16 -- A-10 PE Situation Awareness Data Link (SADL)/IDM Integration

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8635-06-R-6046
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
Program Name: A-10 PE Situation Awareness Data Link (SADL)/IDM Integration Organization: A-10 Systems Squadron Procurement Phase: Pre-Solicitation Classification Code: Category 16 - Aircraft components & accessories NAIC CODE: 336413 Dollar amount: $40,000,000 In accordance with FAR 5.201, this announcement serves the purpose of a notice of contract action and is not intended for RFP issuance. The A-10 Systems Squadron anticipates a sole source acquisition for total integration of the SADL/Enhanced Position Location Reporting System (EPRLS) radio with Improved Data Modem (IDM) to provide EPLRS waveform and Variable Message Format (VMF) capability respectively into the A/OA-10C Aircraft. This effort will include a basic contract to include integration of SADL radios and IDM onto 110 A/OA-10C aircraft with an option of approximately 246 additional A/OA-10C aircraft. No re-procurement data package, tooling, and facilities are available. Program requirements: 1) Group A kit design & fabrication requires: a. Design and integration of radio, modem, processor, and power adapter mounting racks. b. Design and integration of power, antennae, and other necessary cable harnesses. c. Movement and repositioning of avionics LRUs to provide space for installation of an EPLRS radio, power adapter, IDM, and processor which may include, but is not limited to, repositioning of pitot static lines, wire harnesses, power cables, and data bus couplers. d. Thorough knowledge of A-10 systems and avionics integration. e. Electrical loads analysis, safety-hazard analysis, weight and balance analysis, stress and loads analysis, aerodynamic analysis, and environmental analysis to ensure solution design meets required A-10 system specifications. 2) Group B design, fabrication and integration requires: a. Possible power adapter design and fabrication for SADL. Possible processor design and fabrication for IDM. b. Support equipment kit design, fabrication and integration to include thorough knowledge cryptographic processes and procedures. c. Group B components to meet A-10 system specifications. 3) Trial install/kit proof support/kit installation requires: a. Rapid turnaround of engineering changes/approvals between trial install and kit proof installation. b. On-site contractor participation in kit proof and Technical Order (TO) verification. c. A Technical Requirements Document (TRD) to permit stand-alone installation of test/production kits by Contract Field Teams or other government agencies. 4) Core avionics software integration requires: a. An installed system functional demonstration. b. A thorough knowledge of A-10 Operational Flight Program (OFP). c. SADL and IDM software solution integration to latest OFP baseline. 5) Support Equipment (SE) hardware and software requires modification. Kit builds are needed for testing and may require production unit builds. 6) A thorough knowledge of A-10 engineering and avionics systems is required to develop TOs and Time Compliance Technical Orders (TCTO). 7) Ground and flight test support requires: a. Support of Cockpit Review Team (CRT) evaluations in the Systems Integration Laboratory (SIL). b. On site/on call Engineering support 8) Requires unique SADL and IDM spare parts pre-positioned at test sites. 9) Requires delivery of Logistics Support Analysis (LSA) type provisioning data to match USAF legacy supply/item management systems. 10) Requires modification drawings and A/OA-10 Engineering Baseline drawings prepared to Air Force and ASME standards. 11) Requires Interim Contract Support (ICS) both logistics and technical until the Air Force achieves organic support capability. Lockheed Martin Systems Integration-Owego (LMSI), 1801 State Route 17C, Owego, NY 13827-3998, is the expected prime contractor for this effort, pursuant to 10 U.S.C. 2304 (c) (1). The A10SS encourages interested subcontractors to contact LMSI for subcontracting of work related to the above described integration and fabrication work. The LMSI point of contact is Ms. Rebecca Watkins (607) 751-3119. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. Any non-technical and/or contractual questions should be referred to Linda Loftis at (937) 904-5843 or Billy Sandridge at (937) 255-0728. Technical questions can be directed to Captain Clint Stinson at (937) 656-6139. An ombudsman has been established for this acquisition. The only purpose of the ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concerns during proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact Wright-Patterson AFB Ombudsman, Mr. Stephen J. Miller, Building 570, 1755 Eleventh Street, Wright-Patterson AFB, OH 45433-7404 at (937) 255-5315 or email stephen.miller@wpafb.af.mil with serious concerns only.
 
Place of Performance
Address: LMSI, 1801 State Route 17C, Owego NY
Zip Code: 13827-3998
Country: USA
 
Record
SN00989662-W 20060218/060216212614 (fbodaily.com)
 
Source
FedBizOpps 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.