<$BlogRSDUrl$> 1,000s of deals at Expedia.co.uk uSwitch.com 1,000s of deals at Expedia.co.uk

25 January 2005

Story on the Special Access Program

http://www.cnn.com/2005/ALLPOLITICS/01/24/pentagon.intel/

31 October 2004


Bye! Posted by Hello

10 May 2004


SATIRS job at Eglin

Aha - here's a job that I might like! from http://www.fbodaily.com/cbd/archive/2001/10(October)/30-Oct-2001/asol003.htm
---------
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2001 PSA #2967
SOLICITATIONS


UPGRADE AND MAINTENANCE OF THE AIRBORNE ELECTRO-OPTICAL/INFRARED/LASER (AEIL) II SYSTEMS
Notice Date October 26, 2001
Contracting Office Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
ZIP Code 32542-6864
Solicitation Number Reference-Number-F08635-02-R-0023
Response Due November 15, 2001
Point of Contact Jeffery Richards, Contract Specialist, Phone 850-882-4603x4537, Fax 850-882-5757, Email richard9@eglin.af.mil -- John Sullivan, Contracting Officer, Phone 850-882-8567, Fax 850-882-9685, Email sullivaj@eglin.af.mil

Description
The Air Armament Center, 46th Test Wing, is seeking capable and qualified sources to provide Upgrade and Maintenance of the Airborne Electro-Optical/Infrared/Laser (AEIL) II Systems for the Seekers and Sensors Branch (46 TW/TSWI) and Flight Test Division (46 TW/TSI) at Eglin Air Force Base, Florida. The AEIL II systems are four state-of-the-art airborne platforms that support a variety of multi-spectral instruments; Common Signature Measurement Pod (CSMP) (BASES II), Supersonic Airborne Tri-gimbaled Infrared System (SATIRS), Airborne Seeker Evaluation and Test System (ASETS), and Supersonic Telemetric Airborne Radiometer (STAR) Pod. These systems are used to provide truth and signature data in support of DoD munitions testing. The AEIL II systems collect, condition, digitize, record and/or transmit to the ground, and post-mission process multi-spectral data on selected targets. The requirement is for a 3 year basic with one 2 year option, time and materials contract to provide consultative technical and engineering services to supplement on-site maintenance to include operational guidance, troubleshooting, and repair as well as maintenance and upgrade support at the depot level for the AEIL II systems and sub-systems. The basic period of performance is anticipated to be 27 March 2002 through 27 March 2005. Potential sources will be screened to ascertain their experience in designing, developing, fabricating, testing, maintaining, and upgrading airborne multispectral instrumentation pods flown on high performance aircraft. Potential sources will also be screened to ascertain their experience in developing and modifying servo control software and hardware, troubleshooting and repairing VME computer problems with specific experience in MIL-STD-1553 control bus, reflective memory/fiber optics technology, airborne telemetry with remote ground control, accomplishing structural analysis on strength of materials in airborne pods (including at supersonic airspeeds) and Vx Works operating system. A Technical Library will be established upon release of the Request For Proposal (RFP) with the following documents as a minimum: Mechanical and electrical drawings and releasable software. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to the use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection decision. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Potential offerors are invited to contact AAC's Ombudsman, Dr. Mario J. Caluda at (850) 882-5558 with serious concerns only. Interested parties should direct all routine communication concerning this acquisition to Jeffrey H. Richards, Contract Specialist, E-Mail: richard9@eglin.af.mil, Phone: (850) 882-4603 ext 4537, at AAC/PKZB, 205 West D Ave, Eglin AFB FL 32542. The telefax number is (850) 882-9685. Interested firms with the required capability and background should submit a Statement of Capability (SOC) via email to Jeffrey H. Richards at richard9@eglin.af.mil no later than 15 November 2001. The SOC must include, but is not limited to, successful experience or capability as a prime contractor detailing their knowledge and ability to perform the above-described efforts. Examples of personnel presently employed that meet key knowledge and skills requirements are also requested within the SOC. Written requests should also include the applicable CAGE code and should state whether your business is or is not a small business concern or small disadvantaged business concern as defined in FAR 52.219-1 and FAR 52.219-2, respectively. The North American Industry Classification System (NAICS) code for this acquisition is 541330 with a size standard of $20.0 million. The contractor must have facilities and personnel to handle and store classified information at the SECRET level. The requirements and capabilities listed above will be used to screen potential offerors. After Statements of Capability have been screened, a solicitation will be issued to those prospective sources, who, in the sole judgment of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. This is not a RFP. Prospective sources will have no less than 30 days from the date of the RFP release to submit a proposal. Contractual questions regarding this acquisition should be directed to Jeffrey H. Richards, (850) 882-4603, extension 4537. Technical questions may be directed to Mr. Jack Bradley, 46 TW/TSWI, (850) 882-2594 until RFP release.



25 January 2004

hello

10 January 2004

Details for Flight : N350NJ
Flight Number N350NJ
Owner / Operator MHF TRUCK SERVICE INC DBA
ZELIENOPLE, PA
Aircraft Type B350
Manufacturer / Model BEECH, B300
Serial Number FL-20
Model Year / Cert Date 1991 / 02-25-2002
Flight Plan Received 01-07-2004 19:28
Status LANDED
Departure TKM
Planned Alt 330
Planned Speed 0280
Planned Dep 01-07-2004 21:30
Actual Dep 01-07-2004 21:22
Arrival COS CITY OF COLORADO SPRINGS MUNI, CO
Last Visited
Planned Arrival 01-08-2004 00:00
Estimated Arrival 01-07-2004 23:53
Actual Arrival 01-07-2004 23:05
Last Position 3856N 10443W
Speed 190
Altitude 086
Last Update 01-07-2004 23:08
Route TKM..MCY..LAS.J146.HBU..COS/0230

Details for Flight : BYA510
Flight Number BYA510
Owner / Operator Berry Aviation Inc

Aircraft Type SW4
Manufacturer / Model
Serial Number
Model Year / Cert Date
Flight Plan Received 01-07-2004 21:17
Status LANDED
Departure MUO MOUNTAIN HOME AFB, ID
Planned Alt 230
Planned Speed 0240
Planned Dep 01-07-2004 21:30
Actual Dep 01-07-2004 21:48
Arrival COS CITY OF COLORADO SPRINGS MUNI, CO
Last Visited 01-06-2004 16:14
Planned Arrival 01-08-2004 00:00
Estimated Arrival 01-08-2004 00:18
Actual Arrival 01-07-2004 23:49
Last Position 3846N 10438W
Speed 138
Altitude 077
Last Update 01-07-2004 23:49
Route MUO..TWF.J15.TCH.J173.EKR.J116.FQF..BRK..COS/0230

31 December 2003






Document FAA-2001-8870-5
Docket Information
Category
Petitions Docket Status
Pending
Subcat.
General Operating and Flight Rules Old Docket Num.

Docket Subject
Petition for Exemption
Docket Title
Exemption/Rulemaking - Masschusetts Institute of Technology
Data Entry Date
02/05/2001 RIN #
Action Office
AFS Action Sought

Docket Parties
Stat. Deadline
Comment Close

Last Update
03/13/2002 Close Date

Statutory Citation
Submissions
7
Statutory Judicial Requirement
CFR Citation

Docket Attributes
ALJ Hearing
Archived Docket Abstract


Document Information
Document Type
Petition(s) Data Entry Date
05/15/2003
Document Title
MIT/Lincoln Laboratory - Exemption/Rulemaking Next Due Date

Document Date
05/15/2003 Filing Date
05/15/2003 Answer Date
Reply Date
Next Due Item

Federal Reg. Citation
F. R. Pub. Date

Submitter
MIT/Lincoln Laboratory
John G. Benkert
5C-212
244 Wood Street
Lexington MA 02420

Submitter’s Representative
Service Date

Effective Date

Assigned Document Numbers

FAA-2001-8870
Related Reply to Doc #s
Pages
1
Submissions
1
Document Abstract
MIT/Lincoln Laboratory is a Federally Funded Research and Development Center (FFRDC) with its prime sponsor being the United States Air Force. Other major sponsors include each DOD Service and the Federal Aviation Administration. The Laboratory originally petitioned for and received an exemption from FAR 91.319(c) in 1990. It has renewed this exemption continuously from that date through July 31, 2003. The prime requirements for this request remain unchanged. MIT/Lincoln Laboratory is not testing the performance of aircraft, the aircraft power plants, or the performance of any aircraft system. The Laboratory is monitoring/testing the performance of equipment temporarily installed in the aircraft. These aircraft were all originally certificated in the standard category and are maintained to standard category requirements of the FAR. These aircraft are operated within FAA approved Aircraft Flight Manual flight parameters. The current fleet of MIT/Lincoln Laboratory aircraft include the following: 1. Boeing 707, N404PA 2. Gulfstream II, N105TB 3. Dassault Falcon 20, N20NY 4. Cessna 206, N232MT 5. Bonanza F-33, N4505S 6. DeHavilland Twin Otter, N254SA MIT/Lincoln Laboratory's pilot staff are all ATP rated pilots whom are typed rated and current in the category of aircraft flown. Training includes annual pilot in command checks with Flight Safety International as well as biannual training with the National Test Pilot School. The Laboratory operates a FAA approved Part 145 Repair Station which is under the supervision of the Boston FSDO 01. MIT/Lincoln Laboratory is requesting the renewal be approved to continue operations seemlessly past July 31, 2003.
To download a document, click on one of the following document format choices:

TXT (296 bytes)

PDF (28740 bytes)







DMS2000 Wednesday, December 31, 2003

16 November 2003

Details for Flight : BLOCKED
Flight Number BLOCKED
Owner / Operator

Aircraft Type FA20
Manufacturer / Model
Serial Number
Model Year / Cert Date
Flight Plan Received 11-16-2003 21:56
Status FLIGHT PLAN
Departure PSM PEASE INTERNATIONAL TRADEPORT, NH
Planned Alt 050
Planned Speed 0250
Planned Dep 11-16-2003 23:00
Actual Dep
Arrival BED LAURENCE G HANSCOM FLD, MA
Last Visited
Planned Arrival 11-16-2003 23:20
Estimated Arrival
Actual Arrival
Last Position
Speed
Altitude
Last Update
Route PSM..LWM..BED/0020


Details for Flight : BLOCKED
Flight Number BLOCKED
Owner / Operator

Aircraft Type FA20
Manufacturer / Model
Serial Number
Model Year / Cert Date
Flight Plan Received 11-16-2003 21:56
Status FLIGHT PLAN
Departure BED LAURENCE G HANSCOM FLD, MA
Planned Alt 040
Planned Speed 0250
Planned Dep 11-16-2003 22:00
Actual Dep
Arrival PSM PEASE INTERNATIONAL TRADEPORT, NH
Last Visited
Planned Arrival 11-16-2003 22:20
Estimated Arrival
Actual Arrival
Last Position
Speed
Altitude
Last Update
Route BED..PSM/0020


This page is powered by Blogger. Isn't yours?