Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2014 FBO #4533
SOURCES SOUGHT

A -- Overhead Persistent Infra-Red (OPIR) Research and Development (R&D)

Notice Date
4/21/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
14-064
 
Archive Date
5/20/2014
 
Point of Contact
Doreen Grosvirt-Dramen, Phone: (310) 653-3295, Capt Mark Wojtowicz, Phone: (310) 653-4421
 
E-Mail Address
doreen.grosvirt-dramen@us.af.mil, mark.wojtowicz.1@us.af.mil
(doreen.grosvirt-dramen@us.af.mil, mark.wojtowicz.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force Space and Missile Systems Center (SMC) Infrared Space Systems Directorate intends to modify an existing contract to provide for OPIR R&D, Program Management support, Operations support, Falcon Shield (FS) Processing support, and Engineering Analysis support for SMC/ISR exploitation projects and is seeking additional sources to provide this capability. The Government intends to extend the Modular Architecture for Signal-Processing, Tracking, Exploitation Research (MASTER) contract for three years, which was awarded on a sole-source basis to the incumbent contractor, Northrop Grumman Electronic Systems (NGES) under the statutory authority of 10 U.S.C. 2304(c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 SMC/XR originally awarded the MASTER contract to NGES in July 2011 and awarded an extension to this contract in November 2012. NGES Space Systems Division (SSD), Azusa, CA has provided SMC/ISR with OPIR R&D support for Government requirements located at Falcon Shield (FS), Falcon Shield (FS), MCS, MCS-B, and NGES Azusa for the previous eight years under the MASTER contract and several other contract vehicles. This Government intends to incorporate the following additional efforts into the current MASTER Statement of Work: 1. Data archiving including: Wide Field of View (WFOV) and legacy OPIR wideband data, processed rep return data, selected event data, and data test, and performance assessment documentation, data processing, including both live and playback, data dissemination, as directed by the Government (SMC/ISR), external interfaces, software test support, FS other government identified site integration training, system computer requirements, and system sustainment. Functional capabilities are specified per site. 2. The continued development of a multi-source, multi-fusion mission high-speed data processor capable of detection, tracking, fusion, and characterization of all DoD OPIR sensors. The system will contain all applicable OPIR algorithms (thresholding, contrast, etc) as well as visual tools for all wideband data. Additionally, the processor must provide dissemination tools to interface with the Integrated Broadcast Service (IBS) and Realtime Transfer Service (RTS). 3. Joint OPIR Ground (JOG) initiatives include, but are not limited to: Pre operations & Operations/Echelon 2 (i.e., factory/depot) sustainment Support, Integrated Broadcast Service (IBS) development, Common Message Format (CMF) migration, hardware upgrades, data distribution, Fast Frame Fusion within the current System of Record (SOR) architecture (SAGE), or similarly developed architecture. 4. The sustainment of the SAGE system, or similarly developed architecture, which is currently deployed at Falcon Shield at Schriever AFB, the Mission Control Station (MCS) at Buckley AFB, and the MCS Backup (MCSB) at Schriever AFB. The SAGE software has also been installed at the Army Strategic Command (ARSTRAT) at Peterson AFB and at the Air Force Technical Applications Center (AFTAC) at Patrick AFB. Statements of Capability The Government requests any interested Party to submit a statement of capabilities (SOC) to accomplish the above-stated effort. Any SOC submitted must demonstrate capabilities in the following areas of expertise: 1. Demonstrate the ability to modify and upgrade the government provided modular architecture system components to incorporate new functionality. Sample software development plan, prior large software development efforts (schedule, and discrepancy rate), and examples with real-time processing of large data volumes (e.g. 100 Mbps uncompressed, or greater) are requested. 2. Provide a capability to track, fuse, and generate tactical parameter estimation (launch point, heading, etc.) for other operational OPIR assets (e.g. DSP, HEO, GEO). 3. Provide a capability to visualize 2D imagery (~200 Mbps), in real-time, with periodic overlays of weather, digital terrain information, coast lines, etc. 4. Provide a capability to visualize fused (operational OPIR assets) processed data in 3D (lat/lon, alt), in real-time, with periodic overlays of weather, digital terrain information, coastlines, etc. 5. Provide hardware and software maintenance support through the life of the mission. 6. Provide and package all software source code, documentation, and algorithm description documentation for delivery to the government. To accomplish future program objectives and meet near-term program milestones, interested parties must be intimately familiar with WFOV IR staring sensors, have prior experience in the archiving, signal processing, and fusion of multiple staring WFOV OPIR sensors with large format focal plane arrays, and also familiar with the current industry efforts in infrared sensing and hosted payload portfolios. Interested parties must operate facilities at and employ personnel cleared with Secret, Top Secret (TS) and Top Secret/Sensitive Compartmented Information (TS/SCI). SMC requires access to an institution with the following core competencies: 1. Demonstrate ability to tune line-of-sight algorithms by identifying in-scene infrared sources and correcting sensor pointing knowledge for existing DSP, HEO, and GEO sensors. 2. Demonstrate capability to provide data formatted to be compliant with Distributed Common Ground System (DCGS), Integrated Broadcast Service (IBS), Operational Migration Capability (OMC), Mission Control System (MCS), Tactical Detection and Reporting (TACDAR), and Joint Tactical Ground Station (JTAGS). Prior experience with these systems is requested. 3. Provide capability to make raw data and processed data discoverable to an end user (e.g. dissemination portals, graphical user interface, database structure, etc.). Examples of previous dissemination efforts are requested with database complexity (number of fields available for query), database size in Mbytes (tables, not archive size), number of users, speed of access, etc. 4. Ability to provide administrative support for current hardware, software, networks, and information assurance packages at all locations (FS, MCS, MCS-B, Army Strategic Command (ARSTRAT), Air Force Technical Applications Center (AFTAC). To accomplish program objectives and meet near-term program milestones, offerors must be familiar with processing OPIR data to create certified messages, the IBS certification process, JOG efforts to expand and improve SAGE capabilities, existing dissemination portals, etc. Interested parties must show capability to fulfill the Government's immediate need for the effort described above. Submission Details Any interested source that is capable of meeting the Government's requirements detailed in this notice should submit a Statement of Capabilities (SOC) and Qualifications to the technical and contracting POCs listed below by 1500 PST on 5 May 2014. Responses are limited to five (5) one-sided 8.5 X 11-inch pages with 1-inch margins using Times New Roman at no smaller than font size of 12 and must be submitted in MS Word 2002 or higher or PDF Format. The SOC and qualifications statement will be evaluated solely for the purpose of determining the respondent's ability to meet the Government's needs and schedule as described above As a minimum, the SOC should include the following: personnel/size standard, company name, mailing address, point of contact and telephone numbers, business size classification, large, small or other, and experience-specific work previously performed relevant to this effort. Consequently, respondents' submissions should contain as many specific technical details indicating how the respondent can meet the Government's needs and schedule. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for NAICS 541712 is 1000 employees. Classification code A applies. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. The government will use the SOC to determine if there is sufficient interest in the marketplace from qualified sources to develop its acquisition strategy. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential respondents. The purpose of the Ombudsman is to receive and communicate concerns from potential respondents when a respondent prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain respondent issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate a respondent's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Ms. Olalani Kamakau, phone number (310) 653-1185. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed in this notice. The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-064/listing.html)
 
Record
SN03343661-W 20140423/140421234126-1cd577c468d560b2fdb82d402a054feb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.