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