Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF may 31,1995 PSA#1357

HQ Electronic Systems Center, Directorate of Airborne Warning and Control Systems, Contracting Division (AWK), Eglin Street, Hanscom AFB, 01731-2115

58 -- REPLACEMENT SPARES FOR THE AN/AIC-28(V) INTERCOMMUNICATIONS SET CONTROL, MISSION AUDIO PANEL SOL F19628-95-R-0047 DUE 071495 POC Lt. Col. James McTighe, Contracting Officer, 617-377-5642. The United States Air Force, Electronic Systems Center (ESC) has defined requirements in support of the E-3 Airborne Warning and Control System (AWACS). The objective of this procurement is to acquire replacement spares for the following Primary Replaceable Unit (PRU): Intercommunications Set Control, Mission Audio Panel, NSN 5831-01-010-3519, Hughes P/N: 3397201-104. Approximate dimensions: 7.5 inch wide, 6 inch height, 6.5 inch depth. Material: various electronic materials, capacitors and resistors. Function: Provides Audio Connection to AN/AIC-28(V) Intercommunication System. Application: AN/AIC-28(V). Destination: Warner-Robins AFB, GA/FB2039. Delivery: Mar 97. 13ea. Contractor qualifications will include the following: comprehensive technical knowledge of the current U.S. E-3 system, to include performance characteristics and limitations, access to technical data package for the part in question (Government does not possess a data package), access to technical data associated with the E-3 Mission System, to include avionics and avionics interface data. The Contractor must have intimate knowledge of U.S. E-3 airframe, avionics, and mission equipment. This knowledge must include: 1) a detailed understanding of current U.S. E-3 avionics and mission equipment interfaces, 2) a thorough technical understanding of all current U.S. E-3 upgrade programs and their impacts on existing systems, 3) an in-depth understanding of the U.S. E-3 aircraft military systems operating environment, and 4) intimate knowledge of the functional, electrical, mechanical, and environmental interdependencies of the airframe, avionics, and mission equipment. The Contractor must possess a substantial portion of the U.S. E-3 technical data as it relates to this component and its interface to the remainder of the E-3 system, to include all electro-mechanical interfaces and impacts, since the Government did not procure a complete data package for the Mission Audio Panel or the E-3 mission system as part of the original AWACS procurement. The Government expects to award the contract in September 1995. Period of performance of the total contract effort is currently projected at a maximum of 18 months. The Air Force intends to solicit only Hughes Aircraft Co., Carlsbad, CA. Authority: 10 U.S.C. 2304(c)(1). Justification: Supplies required are available from only one responsible source and no other type of supplies will satisfy agency requirements. All responsible sources may submit a bid, proposal, or quotation which the Government will consider. This acquisition involves technology that has a military or space application. The only U.S. contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. U.S. contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-EEB, Federal Center, Battle Creek, MI 49017-3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The Government will mail a copy of the solicitation to the data custodian identified in block 3 of the DD Form 2345. The Government has not yet identified the extent of foreign participation in this procurement. Interested MOU country sources must contact the Contracting Officer within 15 calendar days of the first date of publication of this synopsis notice in order to request a copy of the solicitation. The Government will not delay issuance of the RFP to review requests from MOU country sources or from non-MOU country sources received more than 15 days after first publication of this notice. Individuals or corporations interested in potential subcontracting opportunities should identify their areas of interest and expertise in their response. Responders should also indicate whether they qualify as a small or small disadvantaged business firm. See Numbered Note(s): 22. (0146)

Loren Data Corp. http://www.ld.com (SYN# 0262 19950530\58-0014.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page