Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1998 PSA#2034

ASC/FBXC, Bldg. 16, 2275 D Street, Ste 16, Wright-Patterson AFB, OH 45433-7233

49 -- AUTOMATIC TEST EQUIPMENT (ATE), SUPPORTING THE F-15 ELECTRONIC SYSTEMS TEST SET (ESTS) PROGRAM SOL n/a POC Ken Noffsinger, Contract Negotiator/Gina Moore, Contracting Officer, (937) 255-3913 The objective of this synopsis is to seek interested sources able to develop a test program set (TPS) for the F-15 Fighter Data Link (FDL) to be hosted on the Electronic Systems Test Set (ESTS) developed by Northrop Grumman Corporation (NGC). FDL is a two-level maintenance concept LRU. The test program set only needs the capability to load the operational flight program (OFP) and to interrogate and report the results of the computer's built-in test (BIT). The contractor shall be responsible for establishing a support agreement with Boeing Aerospace Corporation to obtain all the necessary data and hardware required for developing the TPS. Another agreement must be reached with NGC to obtain the interface test adapter that serves as the interface between the ESTS and the FDL line replaceable unit (LRU). This TPS must include all necessary cabling, holding fixtures, transportation cases, and technical data required to operate, deploy and maintain these assets. Offers will be considered from any firm providing clear and convincing evidence of its capability to meet all the following criterion: (a) Capability to integrate, retrofit, and test the above capability into the ESTS. (b) Capability to prepare/revise and submit Support Equipment Recommendation Data (SERD) as part of appropriate Engineering Change Proposals (ECPs). (c) Knowledge of electronic test equipment, specifically the ESTS and its systems (d) Capability to conduct systems and project management. (e) Capability to provide all required engineering data. Sources responding should provide information concerning key management, engineering and program personnel with a resume of their previous experience and evidence of capability to perform successfully. This statement will have a twenty (20) page maximum limit, double space, point size 12. (f) SIC for this procurement is 3728 with a size standard of 1000 employees including the offerror and its affiliates. Failure to provide the above data with your response to this notice may disqualify your firm from further consideration. Information requested herein is for planning purposes only. It does not constitute a request for proposal and is not construed as a commitment by the Government. All responses from responsible sources will be fully considered, however, receipt of responses will not be acknowledged. All respondents are reminded that the Government must receive all responses within 30 days of publication of this notice. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offers when an offer prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offers should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offers are invited to contact ASC's Ombudsman, Mr. Stephen J. Plaisted, 1790 10th Street, Room 208, Wright-Patterson AFB OH 45433 at (937) 255-9095. Direct capabilities package and any routine communications concerning this acquisition to Major Jim Young, Program Manager or Ms. Gina Moore, Contracting Officer, ASC/FBAWX, 2300 D Street, Suite 110, WPAFB, OH 45433-7249, (937) 255-3913, FAX (937) 656-4263. The technical point of contact is Capt Bryce Schumm, (937) 255-3913. (0044)

Loren Data Corp. http://www.ld.com (SYN# 0250 19980218\49-0002.SOL)


49 - Maintenance Repair Shop Equipment Index Page