Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,2000 PSA#2674

ESC/AW, AWACS Program Office, 3 Eglin St., Hanscom AFB, MA 01731-2115

58 -- AIRBORNE WARNING AND CONTROL SYSTEM (AWACS) MODERNIZATION AND SYSTEM SUPPORT (AMASS) SOL n/a DUE 091100 POC Contract Manager, Capt. Cecilia Kipp, 781/377-6859/Contracting Officer, Richard Fox, 781/377-6667 WEB: ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC, Sidney.Kimhan@hanscom.af.mil. Electronic Systems Center wishes to identify potential contractors for the Airborne Warning and Control System (AWACS) Modernization and System Support (AMASS) acquisition. AMASS will consolidate AWACS modernization, system integration, sustainment, weapon system management and systems engineering requirements under a single omnibus contract. We anticipate a five-year basic award period with up to five, three-year award-term options. The effort will provide the same or similar services currently provided by various sole source contracts with Boeing the AWACS prime and systems integration contractor, as well as Northrop Grumman and Lockheed Martin, manufacturers of the AWACS radar and mission computing major sub-systems respectively. The AMASS contract also provides for management of selected component and sub-component equipment repair requirements. The goal of the AMASS effort is to increase AWACS Weapon System Availability, deliver and sustain premier AWACS and AEW&C capabilities, achieve more efficient Weapon System Management, increase contractor accountability, reduce total ownership costs. Migration of these responsibilities to a prime contractor shall not impact current operations and support to the AWACS fleet. The AMASS effort also includes studies, development, design, testing, production, trial installation, fleet installation, systems engineering, and sustainment engineering support. The Contractor shall also design, produce, document, integrate, lab test, flight test, collect/process certification data, provide air worthiness certification data, ensure operational safety, suitability, and effectiveness (OSS&E), qualify, and deliver major modifications for the E-3C system such as Global Air Traffic Management (GATM), the System Block 40/45 Modification (computer, displays and communication upgrade), and Demand Assigned Multiple Access (DAMA) SATCOM enhancement. Additionally, the contractor will provide analysis, design and production of other major and minor system modifications, and support configuration management and control of E-3 aircraft. Maintenance of air worthiness and configuration control will also be required for the AWACS test bed aircraft and ground laboratories, which support software development and system integration. Technical orders (T.O.s), spares, repair services, including delivery of organic repair capabilities, support equipment and training and all data associated with these activities (including data storage facilities) will also be required. Other requirements are for personnel to conduct ground, lab and flight testing, data handling, reduction and analysis, and engineering services for special projects related to the AWACS Weapon System. Performance of contractual requirements necessitates capabilities and experience in the areas of development, system engineering, integration and testing of the AWACS system including the air vehicle, mission systems, and ground support systems. Systems engineering capability requires a thorough knowledge of the interfacing and Interface Requirements Documents between AWACS functional groups and components and detailed operational and system knowledge of the complete AWACS system which would enable comprehensive system analysis and integration efforts including but not limited to aero performance, stability and control, installed mission equipment performance, safety of flight and EMI/EMC analysis. Since the USAF did not formally acquire most interface control documentation and some lower level specifications and detailed drawings, this information may not be readily available and/or the accuracy cannot be readily ascertained. Facilities are required to house, for access on a continuing basis, the AWACS test bed aircraft, the avionics integration and software development lab, and associated data and T.O.s. Facilities are required for the AWACS test airplane to operate to include an AWACS capable runway and hangar capable of housing the aircraft and associated aerospace ground equipment (AGE), etc. All personnel working on/operating the aircraft, labs, and associated data must have at least a secret clearance (some personnel may be required to have a Top Secret security clearance with SCI) and their company must have a Top Secret facility clearance. The Government requests interested offerors submit two (2) copies of a statement of their qualifications to ESC/AWK, 3 Eglin St., Hanscom AFB, MA 01731-2115, Attn: Capt. Cecilia Kipp. Responses must be received NLT 11 September 2000. Qualification packages should not exceed ten (10) one-sided pages and should detail: (a) AWACS system experience; (b) your company's ability to perform the aforementioned AMASS goals and (c) your ability to affect a seamless transition from current contracts. The Government will consider prospective offerors' responses when crafting the acquisition strategy. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. See Note 26. Posted 08/25/00 (D-SN490429). (0238)

Loren Data Corp. http://www.ld.com (SYN# 0235 20000829\58-0009.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on August 25, 2000 by Loren Data Corp. -- info@ld.com