Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1996 PSA#1521

Naval Air Warfare Center, Aircraft Division, 2.1.4000/MS-45, 6000 East 21st Street, Indianapolis, IN 46219-2189

A -- RESEARCH AND DEVELOPMENT FOR THE SELECTIVE AVAILABILITY ANTI-SPOOF MODULE (SAASM) PROTOTYPES. THE SAASM TEST AND DEVELOPMENT, IS A JOINT EFFORT BETWEEN NAWC AD AND NAVSTAR GPS JPO. SOL N00163-96-R-0117 DUE 021596 POC Contact Point, Denise Jenkins, (317)306-4355, Contracting Officer, Denise Jenkins, (317)306-4355, Additional Contact, Vickie Bryant, (317)306-7629 The Naval Air Warfare Center, AD has a requirement to procure under full and open competition, with the intent to award a CPFF type contract for the delivery of 25 SAASM prototypes. The devices shall satisfy three major objectives:(1) Deliver Functional SAASM devices w/first delivery 10/96, these SAASM devices shall comply with the SAASM Card Requirements in SS-GPS-001; integrate the SAASM device onto GPS receiver card developed by NAWC AD; and provide technical support to NAWC for the integration of the SAASM device on to the NAWC designed GPS receiver card, and for test and evaluation. (2) Check-out of Government facilities. This joint NAWC and GPS JPO effort will use these SAASM prototypes to verify Government-defined operations and procedures at the Key Data Processor (KDP) Loading Installation Facility (KLIF). (3) Obtain SAASM Test Data. The Government requires an independent product development program to verify completeness and accuracy of Government produced requirements, specs, and other SAASM related documents. Interested Sources who have not held SAASM Preliminary Design Reviews with the GPS JPO must submit a Statement of Capabilities (SOC) to clearly show qualifications for contract performance. SOC feedback may be provided prior to release of RFP, but not after. An Electronic Bulletin Board System (EBBS) shall be utilized in this effort. Interested sources may request EBBS information from the PCO. No EBBS passwords will be assigned until the EBBS is operational. NAWC AD will host a preproposal conference tentatively scheduled for 16 Feb. 96 to provide interested sources with a detailed briefing on the SCIP program objectives and acquisition schedules. Portions of the briefing and the RFP are classified at the SECRET NONFORN level. All interested sources must have a current COMSEC account. Prior to receiving a preproposal conference information package, sources shall provide in writing to the PCO, a list of your company personnel that will be attending the preproposal conference and their level of security clearance, your company COMSEC account, Company name and address, Company POC and Telephone number, Business Classification, related experience with GPS PPS receivers and facilities information. This information should be provided to the PCO NLT 15 Feb 96. The Government anticipates an April 96 contract award. Interested sources must comply with SAASM Security Design Review procedures outlined in GPS JPO guideline CZE 94-001. Completion of CZE 94-001 Preliminary Security Design Review is required prior to proposal submission. Copies of specs, guidelines, and other SAASM related documentation maybe obtained by written request to: Lt. Roger Gonzalea, 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500. SAASM research and development may not be performed by any foreign sources. This announcement supersede all preceding announcements regarding this requirement. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960130\A-0002.SOL)


A - Research and Development Index Page