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

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.



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