Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1996 PSA#1693

R&D Contracting Division, Bldg 7, 2530 C St, WPAFB OH 45433-7607

A -- INTEGRATED PRECISION SAR TARGETING, PHASE TWO SOL F3361597R1002 POC Brad Kneisly, Contract Negotiator, WL/AAKR, 937-255-2902. Notice of Contract Action for Integrated Precision SAR Targeting (IPSART). The Wright Laboratory, Avionics Directorate, Radio Frequency Division, is contemplating the award of a 26 month (technical) program for the implementation and development of a high fidelity end-to-end Design Tool for SAR Targeting simulation in a hostile environment. This Design Tool is a) to support evaluation of SAR system parameters and components against aircraft mission requirements, b) to assist radar branch engineers in developing expertise in SAR systems by producing synthetic SAR imagery, c) to evaluate effects of SAR imagery due to aircraft maneuverability and an ECM environment, and d) to deliver benefits from modern software engineering (SE) technology. The Design Tool will be implemented under the Khoros 2.0 environment. The IPSART Phase Two contractor shall develop the IPSART software to create capability in the area of SAR Targeting simulation. In addition, to insure that the IPSART system is JMASS compliant, IPSART Phase Two will conduct a four month study investigating interface issues between the Khoros and JMASS environments for coding the IPSART simulation. Firms are sought that have a working knowledge of and development experience in the Khoros 2.0 environment as well as an understanding of and working experience in the JMASS environment. Firms also are sought that have experience in the development of Electronic Protection, Air-to-Ground (SAR) radar and navigation sensors (IMU, INS, GPS) simulation, and image formation processing associated with these sensor models. To assist potential offerors, Wright Laboratory will make available the following IPSART Phase One information: IPSART Prototype GUI, System Segment Specification document, Software Requirements Specification and Interface Requirements Specification, and IPSART Allocated Baseline. Interested parties should forward their requests for the information to the contract negotiator identified below. The government estimates of the level of effort required in the performance of this program is 10 person years. The solicitation is scheduled to be released on or about 12 Nov 96. Respondents to this notice must include complete address information to the office indicated below in order to receive the solicitation. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, a woman owned business, a historically black college or university, or minority institution. For this item the general definition to be used to determine whether your firm is small is as follows: ''A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contracts and with its affiliates, the number of employees does not exceed 500 persons.'' SIC Code 8731 applies. ''Concern'' means any business in the United States, its possessions, Puerto Rico, or Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture, association or corporation. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Large businesses are required to submit only a statement of interest to receive a copy of the Request for Proposal (RFP). All respondents shall include in any request their assigned Commercial and Government Entity (CAGE) Code. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Responses should be sent no later than 15 Oct 96 to: ATTN: Brad Kneisly, WL/AAKR, Building 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling the above individual at 937-255-2902. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors with serious concerns only are invited to contact ASC's Ombudsman, Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642. Phone number is 937-255-3855. Direct all routine communication concerning this acquisition to Mr. Kneisly or to Vicki A. Fry, Contracting Officer, (937) 255-2902. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference F33615-97-R-1002 in their responses. This program will not be republicized prior to solicitation. See Number Notes 25 and 26. (0275)

Loren Data Corp. http://www.ld.com (SYN# 0008 19961002\A-0008.SOL)


A - Research and Development Index Page