Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921

ASC/SMD, Attn: Contracting, 2145 Monahan Way, Bldg. 28, Ste 300, Wright-Patterson AFB, OH 45433-7017

16 -- COMMON LOW OBSERVABLE VERTIFICATION SYSTEM (CLOVERS) POC Contact T. Kristina Hansman, Contract Negotiator, (937)255-6145 Ext.. 3647, Leonard G. Seeker, Contracting Officer, (937)255-6145, Ext. 3598 The Air Force requests information from industry regarding the Agency's potential future requirement for a Common Low Observable Verification System (CLOVerS). The Air Force is also seeking interested sources for the CLOVerS program. CLOVerS is expected to be a common, easily deployable, user-friendly Low Observable (LO) verification measurement system suitable for the flight line environment. CLOVerS primary function is to assess Radar Cross Section (RCS) integrity to support and maintain stealth capabilities for various Air Force, Navy and Army platforms. CLOVerS will be a tool for the maintainer to use to accomplish this task. This solicitation is issued for the purposes of obtaining information for advance planning and strategy development, program phasing, risk reduction, assistance in determining maintenance supportability requirements, and development of technical requirements. The requirements for CLOVerS are contained in a Draft Operational Requirements Document (ORD) developed by the Air Combat Command (ACC). The Draft ORD can be reviewed on Aeronautical Systems Center's Preaward Information Exchange System (PIXS) via the Internet at "http://www.pixs.wpafb.af.mil." Instructions for using the system can be found in the "User's Guide" on the PIXS Home Page. Recommend use of a 28.8 kilobyte baud rate modem, or higher. Direct any questions concerning electronic access to Johnny Harshburger or Mike Peck, (937) 255-2739. Additionally, the Air Force requests you provide answers, information, and or technical data to questions presented on PIXS. All interested sources need to identify their business size standard and if they are interested as being a prime, subcontractor or supplier for the program. Size Status: Offerors responding should indicate whether they are, or are not, a socially disadvantaged business, a Historically Black College or University/Minority Institution, or a woman-owned business, and should indicate their size status. For the purpose of this acquisition, the size standard is 1000 employees (SIC 3728 -- Aircraft Parts and Auxiliary Equipment, N.E.C.) Notice to Foreign-Owned Firms: Such firms are asked to notify the Air The Air Force requests information from industry regarding the Agency's potential future requirement for a Common Low Observable Verification System (CLOVerS). The Air Force is also seeking interested sources for the CLOVerS program. CLOVerS is expected to be a common, easily deployable, user-friendly Low Observable (LO) verification measurement system suitable for the flight line environment. CLOVerS primary function is to assess Radar Cross Section (RCS) integrity to support and maintain stealth capabilities for various Air Force, Navy and Army platforms. CLOVerS will be a tool for the maintainer to use to accomplish this task. This solicitation is issued for the purposes of obtaining information for advance planning and strategy development, program phasing, risk reduction, assistance in determining maintenance supportability requirements, and development of technical requirements. The requirements for CLOVerS are contained in a Draft Operational Requirements Document (ORD) developed by the Air Combat Command (ACC). The Draft ORD can be reviewed on Aeronautical Systems Center's Preaward Information Exchange System (PIXS) via the Internet at "http://www.pixs.wpafb.af.mil." Instructions for using the system can be found in the "User's Guide" on the PIXS Home Page. Recommend use of a 28.8 kilobyte baud rate modem, or higher. Direct any questions concerning electronic access to Johnny Harshburger or Mike Peck, (937) 255-2739. Additionally, the Air Force requests you provide answers, information, and or technical data to questions presented on PIXS. All interested sources need to identify their business size standard and if they are interested as being a prime, subcontractor or supplier for the program. Size Status: Offerors responding should indicate whether they are, or are not, a socially disadvantaged business, a Historically Black College or University/Minority Institution, or a woman-owned business, and should indicate their size status. For the purpose of this acquisition, the size standard is 1000 employees (SIC 3728 -- Aircraft Parts and Auxiliary Equipment, N.E.C.) Notice to Foreign-Owned Firms: Such firms are asked to notify the Air Force contracting point of contact below before and upon deciding to respond to this announcement. NOTE: FOREIGN CONTRACTORS ARE NOT SOLICITED BY THIS REQUEST FOR INFORMATION OR SOURCES SOUGHT. Additionally, identify your experience in developing radar imaging systems pertaining to Low Observable (LO) technology, any radar imaging system products you contributed to and/or produced to include system details and product information. We are inviting contractors to attend an Industry Day to be held at the Air Force Institute of Technology (AFIT) Auditorium, Kenney Hall, Building 642 on 12 Sep 97, at 8:00 a.m. EST. (Registration will begin at 7:30) Interested offerors must provide us with the number of personnel attending Industry Day, along with visit requests, no later than 9 September 1997 for planning purposes. All visit requests must include visitors' security clearance levels signed by your appropriate security manager. NOTE: All discussions and/or questions will be limited to the Secret level during Industry Day. All visit requests should be sent to Kristina Hansman at the address indicated below. A copy of the minutes, questions and available responses will be posted on PIXS within five workdays for those interested offerors unable to attend Industry Day. Responses should not be restrictive and all proprietary information should be identified. All interested parties are asked to provide your e-mail address. Proprietary information will be protected and will not be divulged unless mandated by existing laws. In accordance with FAR 52.215-3, SOLICITATION FOR INFORMATION OR PLANNING PURPOSES (APR 1984), THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION AND INCURS NO LIABILITY OR RESPONSIBILITY TO COMPENSATE ANY VENDOR FOR INFORMATION OR MATERIALS IN RESPONSE TO THE RFI. The information and requirements stated are still in the draft mode and may change. They are provided to obtain critical feedback to finalize the acquisition strategy, assess project risk, and develop a Draft Request for Proposal (DRFP). Responses to the RFI will be retained by the Government. The office can accept attachments in Microsoft Word 7.0, Microsoft PowerPoint 7.0, and Microsoft Project 4.0 or below. This information should be sent to ASC/SMD, 2145 Monahan Way, Stop 28, Suite 300, Wright-Patterson AFB OH 45433-7017 not later than 3:00 p.m. Eastern Daylight Time on 8 October 1997. The point of contact is Kristina Hansman, (937)255-6145 ext. 3647/ hansmatk@ntnotes2.ascsm.wpafb.af.mil. UNclassified FAX Number is (937) 656-7274. Direct all information requests and routine communication concerning this acquisition to the point of contact listed above. The Contracting Officer is Leonard Seeker, (937) 255-6145 ext. 3598/ seekerlg@ntnotes2.ascsm.wpafb.af.mil. IMPORTANT NOTE: ALL RFI RESPONSES ADDRESSING SPECIAL ACCESS REQUIRED (SAR) INFORMATION MUST BE SEGREGATED FROM THE REST OF YOUR RESPONSES AND SENT UNDER SEPERATE COVER TO THE FOLLOWING INDIVIDUAL AND ADDRESS ONLY: ATTN: Steve Woodall, SAF/AQ-OL, 2690 Loop Road, Building 556, Suite 010, Wright-Patterson AFB OH 45433-7418. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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 of the proposals or in the source selection process. Interested parties are invited to call Mike Coalson at (937) 255-4656.Force contracting point of contact below before and upon deciding to respond to this announcement. NOTE: FOREIGN CONTRACTORS ARE NOT SOLICITED BY THIS REQUEST FOR INFORMATION OR SOURCES SOUGHT. Additionally, identify your experience in developing radar imaging systems pertaining to Low Observable (LO) technology, any radar imaging system products you contributed to and/or produced to include system details and product information. We are inviting contractors to attend an Industry Day to be held at the Air Force Institute of Technology (AFIT) Auditorium, Kenney Hall, Building 642 on 12 Sep 97, at 8:00 a.m. EST. (Registration will begin at 7:30) Interested offerors must provide us with the number of personnel attending Industry Day, along with visit requests, no later than 9 September 1997 for planning purposes. All visit requests must include visitors' security clearance levels signed by your appropriate security manager. NOTE: All discussions and/or questions will be limited to the Secret level during Industry Day. All visit requests should be sent to Kristina Hansman at the address indicated below. A copy of the minutes, questions and available responses will be posted on PIXS within five workdays for those interested offerors unable to attend Industry Day. Responses should not be restrictive and all proprietary information should be identified. All interested parties are asked to provide your e-mail address. Proprietary information will be protected and will not be divulged unless mandated by existing laws. In accordance with FAR 52.215-3, SOLICITATION FOR INFORMATION OR PLANNING PURPOSES (APR 1984), THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION AND INCURS NO LIABILITY OR RESPONSIBILITY TO COMPENSATE ANY VENDOR FOR INFORMATION OR MATERIALS IN RESPONSE TO THE RFI. The information and requirements stated are still in the draft mode and may change. They are provided to obtain critical feedback to finalize the acquisition strategy, assess projectrisk, and develop a Draft Request for Proposal (DRFP). Responses to the RFI will be retained by the Government. The office can accept attachments in Microsoft Word 7.0, Microsoft PowerPoint 7.0, and Microsoft Project 4.0 or below. This information should be sent to ASC/SMD, 2145 Monahan Way, Stop 28, Suite 300, Wright-Patterson AFB OH 45433-7017 not later than 3:00 p.m. Eastern Daylight Time on 8 October 1997. The point of contact is Kristina Hansman, (937)255-6145 ext. 3647/ hansmatk@ntnotes2.ascsm.wpafb.af.mil. UNclassified FAX Number is (937) 656-7274. Direct all information requests and routine communication concerning this acquisition to the point of contact listed above. The Contracting Officer is Leonard Seeker, (937) 255-6145 ext. 3598/ seekerlg@ntnotes2.ascsm.wpafb.af.mil. IMPORTANT NOTE: ALL RFI RESPONSES ADDRESSING SPECIAL ACCESS REQUIRED (SAR) INFORMATION MUST BE SEGREGATED FROM THE REST OF YOUR RESPONSES AND SENT UNDER SEPERATE COVER TO THE FOLLOWING INDIVIDUAL AND ADDRESS ONLY: ATTN: Steve Woodall, SAF/AQ-OL, 2690 Loop Road, Building 556, Suite 010, Wright-Patterson AFB OH 45433-7418. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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 of the proposals or in the source selection process. Interested parties are invited to call Mike Coalson at (937) 255-4656. (0239)

Loren Data Corp. http://www.ld.com (SYN# 0182 19970902\16-0011.SOL)


16 - Aircraft Components and Accessories Index Page