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