Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,1995 PSA#1308

Space and Naval Warfare Systems Command, 2451 Crystal Drive, Arlington VA 22245-5200

A -- TECHNICAL AND SYSTEMS ENGINEERING ANALYSIS AND INDEPENDENT VERIFICATION, TEST AND EVALUATIONS POC E. McGinnis, 0233, (703)602-0599. Synopsis No. 28. The Space and Naval Warfare Systems Command is seeking sources capable of providing Technical and Systems Engineering Analysis and Independent Verification, Test and Evaluation to insure/enhance VLF/LF Strategic Connectivity System (SCS) effectiveness, readiness, suitability and interoperability in fulfilling JCS/USSTRATCOM requirements. (a) Technical and System Engineering Analysis - Involves assessing VLF/LF (SCS) system requirements and performing tradeoff analyses and simulations to formulate optimum signal processing designs, investigating VLF/LF SCS operational or technical deficiencies, and developing corrections or improvements to resolve deficiencies. (b) Independent Verification, Test and Evaluation - Involves evaluating VLF/LF SCS problems and proposed signal designs and modifications, verifying selected VLF/VF SCS signal designs and modifications, and performing test and evaluation functions, (including development of test methodologies and procedures) for certifying VLF/LF SCS systems and system modifications. Offerors and their key personnel must have a minimum of ten (10) years experience in the VLF/LF SCS/MEECN including detailed knowledge in the signal design, operation and verification of VLF/LF SCS programs including, but not limited to : Enhanced VERDIN System (EVS), TRIDENT Integrated Radio Room (IRR), Submarine Low Frequency/Very Low Frequency VMEbus Receiver (SLVR), Miniature Receive Terminal (MRT), Fixed VLF (FVLF), Minimum Essential Emergency Communications Network (MEECN), Message Processing Mode (MMPM), High Data Rate Mode (HIDAR), and Non-Linear Adaptive Processor (NONAP). Especially important is experience in MMPM and HIDAR signal design and performance tradeoffs achievable from modifications of the signal design (modulation, error correction and detection coding, synchronization, symbol interleaving, phase tracking, non-coherent v. coherent detection, etc.). All respondents should indicate their capability to meet Government security requirements, including appropriate facility clearance(s) and storage capability to the TOP SECRET level, and personnel clearances to the highest level of tasking. Since Small Business (SB), Small Disadvantaged Business (SDB), and 8(a) firms are a major concern of SPAWAR, all respondents should indicate their status as SB/SDB or 8(a), or the extent to which they could include SB/SDB or 8(a) as a significant part of a resultant procurement. Information in this regard should include a list of relevant SB/SDB or 8(a) firms with a brief description of how they might be used. Interested firms are invited to submit two (2) copies of qualifying information within fifteen (15) days from the date of this publication. The qualifying information shall not exceed ten (10) pages and are to include summaries of the company's capabilities and experience in the field and any other qualifications pertinent to technical and system engineering analysis and independent verification, test and evaluation of the Strategic Connectivity System. A procurement resulting from this synopsis will be separately synopsized in the CBD and will appear on the SPAWAR Bulletin Board. The SPAWAR electronic bulletin board may be accessed from PC or MACINTOSH computers by calling (703) 602-9494. This is not a Request for Proposal (RFP), nor does the Government intend to pay for the information solicited. Proprietary data, when so designated, will be protected. Acknowledgement of receipt will not be made and telephone inquiries will not be accepted. Submissions must reference this synopsis No. 28 on both enclosures and mailing envelope. Submit responses to Commander, Space and Naval Warfare Systems Command, Code: 02-33M, Ed McGinnis, 2451 Crystal Drive, Arlington, VA 22245-5200. (0079)

Loren Data Corp. http://www.ld.com (SYN# 0008 19950321\A-0008.SOL)


A - Research and Development Index Page