Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664

Phillips Laboratory/PKOS, Directorate of Contracting, Operational Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB NM 87117

66 -- TELESCOPE, MOBILE ADAPTIVE OPTICAL TESTBED FACILITY (MAOTF) SOL F29650-96-R0218 POC POC: Jim Sullenberger, Contract Specialist, 505/846-2201; Contracting Officer, Vivian C. Jaramillo, 505/846-2201. The Air Force, Phillips Laboratory, Directorate of Contracting, Kirtland AFB, NM is seeking potential sources to provide a 75 cm - 100 cm telescope (Cassegrain or Mersenne) with a Coude path and an elevation over azimuth gimbal. See note: #25. The Phillips Lab plans to transport this telescope to a concrete pier located at a field site subjected to harsh environmental conditions, i.e., with high winds, dust and wide temperature fluctuations. The telescope will be used for missile tracking experiments. To track these missiles, the gimbal shall be able to achieve slew rates on the order of 25 - 30 degrees per second azimuth axis velocity and 10 degrees per second elevation axis velocity and acceleration rates around 10 degrees per second sguared azimuth axis acceleration and 5 degrees per second squared elevation axis acceleration. The telescope gimbal shall allow for placement of coarse acquisition cameras. The telescope structure shall accommodate a window, accommodate beam path conditioning, allow for daytime operations and employ a real-time focus for the secondary mirror. In addition, the Phillips Lab is interested in streamlining the integration of this telescope into its field experiments and simultaneously reducing costs. To this end the Lab is exploring the possibility that the contractor only prototype its control loops using any type of prototyping hardware. The control loop code would then be integrated by the Phillips Lab into its target system. The minimum technical capabilities of the contractor are as follows: The contractor shall have demonstrated knowledge in digital control loops which are based on modern control theory, that minimize disturbances, and include time optimal solutions. The contractor shall have the facilities and analytical tools to predict telescope performance and determine structural dynamics. The contractor shall demonstrate the operation of the telescope's performance by delivering a prototype system with algorithms and control loops implemented. The contractor shall have the facility to instrument the telescope to determine slew rates, accelerations, and line of sight jitter. The contractor shall be able to demonstrate past experience in the design, manufacturing, assembly, and testing of a similar system with supporting documentation. The contractor shall have the ability to design in real-time control operating systems such as VxWorks or other comparable systems and be proficient in C programming language. The contractor shall have knowledge in the selection and specification of DC direct drive systems, the ruggedization of electrical systems for field work and know how to eliminate dust contamination from subsystem chassis. The contractor shall be able to provide training and support services including replacement parts in out-years. Training shall be completed within 30 days after delivery, installation, and prior to acceptance of the telescope system. The contractor's facility shall be able to support design, development, and testing of the optical system. The contractor shall have the capability or access to a facility to perform end to end interferometric test of the system. The contractor shall provide full test documentation of the performance tests, a complete software and hardware documentation package, and standard operating procedures manuals. NOTICE TO RESPONDEES: This is a sources sought synopsis in which the Government is seeking potential sources capable of providing this telescope. Responses will assist the government in determining how to proceed with this requirement. Do not request a copy of the solicitation as one does not exist at this time. Your attention is directed to the following, and you must comply in order to be considered. Firms responding shall submit their technical documentation (i.e., technical literature, brochures, schematics, etc.) and statement of capability shall demonstrate the offeror's experience/expertise to perform installation, training, and support services. The technical documentation shall be limited to thirty pages and provide sufficient technical data in order for the project office to determine whether the system meets the required technical specifications as stated above. Responses with supporting documents are to be submitted to Phillips Laboratory/PKOS, ATTN: Jim Sullenberger, 2000 Wyoming Blvd SE, Kirtland AFB NM 87117-5606 no later than 5 Sep 96. Foreign-owned firms are advised they will be able to participate as the possible prime contractor. Firms responding to this announcement should indicate whether they are or are not a Small Business, an 8(a) firm, a Socially and Economically Disadvantaged firm, or a Woman-owned business. The Government reserves the right to set aside this requirement for 8(a) program, Small Business or Historically Black College and Universities/ Minority Institution, based on responses to the synopsis. Contractor must indicate their size qualifications under SIC code 3827, Size Standard: 500 employees. To be delivered to Kirtland AFB, NM, FOB destination within 180 calendar days after award. A pre-solicitation meeting will be established at a later date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Before contacting the ombudsman, potential offerors should first communicate with the contracting officer. In those instances where offerors cannot obtain resolution from the contracting officer, they are invited to contact the PL Ombudsman, Col James D. Ledbetter, Phillips Laboratory Vice Commander, at (505) 846-4964, or 3550 Aberdeen Ave SE, Kirtland AFB NM 87117-5776. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. For contracting issues, please contact Jim Sullenberger, (505) 846-2201. For technical issues, please contact Judy Miller, (505) 846-1539. (0233)

Loren Data Corp. http://www.ld.com (SYN# 0419 19960821\66-0025.SOL)


66 - Instruments and Laboratory Equipment Index Page