|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1995 PSA#1460U.S. Army Topographic Engineering Center, Contracts Office (CETEC-CT),
7701 Telegraph Road, Bldg. 2592, Alexandria, VA 22315-3864 A -- SYSTEMS ENGINEERING AND TECHNICAL ASSISTANCE FOR THE TOPOGRAPHIC
SYSTEMS LABORATORY Sol. DACA76-96-R-0001. Due 113095. POC: Matthew
Klink, (703) 355-0272. The U.S. Army Topographic Engineering Center is
releasing a SMALL BUSINESS SET-ASIDE solicitation for the acquisition
of SETA work to support the Director, Topographic Systems Laboratory
(TSL) and, Project Director, Combat Terrain Information Systems
(PD-CTIS) Programs. The Topographic Systems Laboratory (TSL) is
responsible for the general topographic equipment support which
includes the upgrading of the Topographic Support System (TSS) and
Positioning Determining System (PADS); and acquisition of the Gun
Laying and Positioning System (GLPS), Lensatic Compass, Survey
Instrument Azimuth Gyro Lightweight (SIAGAL), Automated Integrated
Survey Instrument (AISI) and related topographic equipment. PD-CTIS is
responsible for the acquisition of the Digital Topographic Support
System/Quick Response Multicolor Printer (DTSS/QRMP Heavy and Light
Variants), DTSS-Multispectral Imagery Processor (DTSS-MSIP) and
Topographic Imagery Integration Prototype (STIP). A Pre-Planned Product
Improvement (P31) Program, and preliminary concept investigation for
the Digital Cartographic Analysis System (DCAS) are also being
accomplished. PD-CTIS is also responsible for the horizontal and
vertical interoperability of these systems with other tactical systems
under the Command, Control, Computers, Computers, Communications and
Intelligence (C4I). The contractor shall be totally familiar with the
material acquisition process and activities that lead to the fielding
of a fully supportable system in response to validated Army
requirements. The contractor will be required to prepare documentation
in the form of technical reports which meet the technical and
analytical requirements of the TSL and PD-CTIS systems and provide
technical assistance to the government. In all cases, the contractor
must be prepared to conduct quick reaction engineering/schedule/cost
analysis on short notice. Engineering expertise and capabilities will
be required in all the following areas of endeavor: Program Management,
System Integration Analysis, Software and associated computer resource
elements, Quality Assurance, Electromagnetic Requirements,
Configuration Management, ILS, Technical Data Support, Reliability
Programs, Maintainability Programs, Technical Manuals, Training
(evaluation of programs and review of schedules), Testing (review of
plans, analysis reports and witnessing and analyzing test results. The
contract performance will require the contractor to have a secret
security clearance for any and all personnel assigned to perform work
under this contract, s well as for their facility. This clearance must
be in place at the time of award. This RFP will be released as a Small
Business Set-Aside. The contract will be a firm fixed price ID/IQ
Delivery Order contract and will be for a base year, with four each one
year options and an additional period of less than twelve months.
Travel will be required during the performance of the contract. All
proposals will be due thirty days from release of RFP without
exception. Firms responding to this announcement should indicate
Business size, Owner Status (ethnic, woman owned etc), Government CAGE
Code and Contractor Establishment Code on their request letter. (296) Loren Data Corp. http://www.ld.com (SYN# 0002 19951025\A-0002.SOL)
A - Research and Development Index Page
|
|