|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1997 PSA#1840Commander, U. S. Army Missile Command, Acquisition Center, Redstone
Arsenal, AL 35898-5280 A -- THREAT SIMULATOR ENGINEERING SUPPORT SOL DAAH01-97-R-A108 POC
David G. Nixon, AMSMI-AC-CFG, (205) 955-0263, Contract Specialist,
Bruce J. Metzger, Contracting Officer, (205) 842-8085. pcc. Threat
Simulator Engineering Support (TSES). The U.S. Army Missile Command
proposes to issue a Request for Proposal to firms interested in
providing threat simulator engineering and technical services. Required
services include specific engineering tasks for the acquisition and
full life cycle support of threat simulators/simulations. The
acquisition and life cycle of threat simulators/simulations consists of
the following phases: Requirements analysis; performance specification;
functional analysis and allocation; simulator/simulation development;
operation and maintenance; modification and disposal. The primary
capabilities sought are engineering analysis and technical support. It
includes analysis of simulator/simulation hardware and software design
documentation; measurement; characterization; test and analysis of
simulator hardware and software assemblies; subsystems and systems; and
reporting of design analysis; measurement characterization; and test of
hardware and software. It further includes comparison of
simulator/simulation hardware and software design documentation and
measured documentation and measured performance parameters for the
threats associated with the simulator; and analysis and reporting of
the simulator and intelligence comparisons. Quality and systems
engineering support capabilities are required, as well as for
maintenance of state-of-the-art technical expertise with threat systems
in specified areas. These areas include: radar transmitters, receivers,
antenna modulators, signal processors, Electro-Optic/Infrared (EO/IR)
systems, optics, missile seeker operations, closed circuit television,
signal processing; rotary and fixed wing aircraft avionics, computers,
electrical power plants, instrumentation, turbine and turbo-shaft
designs; Command, Control, and Communications (C3) equipment,
procedures, and techniques, Threat Trainers VHF/UHF communications,
night vision devices, tactical lasers, radar signatures, and vehicle
dynamics. Personnel qualifications include research and development
expertise and experience in these areas. Pursuant to the provisions of
FAR 9.505, there is an Organizational Conflict of interest for
contractors, subcontractors, vendors, suppliers, or consultants who
provide support services for designated intelligence efforts to the
Army Threat Simulator Management Office chain of command and requiring
elements. Some contractors who provided supplies and services directly
to the Army Threat Simulator Program office may have a conflict.
Offerors should review the Conflict of Interest Provision in RFP No
DAAHO1-97-R-A108. Interested firms will also be required to provide
mature software engineering support in accordance with the guidelines
set forth by the Software Engineering Institute(SEI), standards for
measuring the completeness of the software development process, methods
for comparing the processes and mechanisms for improving software
development processes consistent with SEI Capability Maturity Model
version 1,1, Level 2. The USAMICOM contemplates the award of multiple
contracts (per the Federal Acquisition Streamlining Act-1994) as a
result of this solicitation. A minimum of one contract will be 100
percent set aside for companies who qualify as small businesses under
the standard Industrial Classification (SIC) code 8731/1,000 employees.
A minimum of one contract will be full and open competition. The
Contracting Officer contemplates the issuance of Indefinite
Delivery/Indefinite Quantity type contracts with time and material
ordering provisions. Most efforts require daily interface with
Government personnel at MICOM on a face-to-face basis. Access to
Sensitive Compartmented Information via a contractor provided Sensitive
Compartmented Information Facility (SCIF) and appropriately cleared
employees will be required. Contractor employees shall possess
clearances ranging from Top Secret clearance with Special Background
Investigations to lower levels. The Statement of Work (SOW) is
classified at the SECRET level, therefore, any firm requesting a copy
of the RFP must include their classified address, in addition to their
normal mailing address, when requesting the RFP. Any firms interested
in receiving a copy of Request for Proposal DAAHO1-97-R-A108, to
include the SECRET S.O.W., should respond in writing to: Commander,
U.S. Army Missile Attn: AMSMI-AC-CFG/Mr. David Nixon, Redstone Arsenal,
AL 35898-5280 (205) 955-0263. (0125) Loren Data Corp. http://www.ld.com (SYN# 0008 19970507\A-0008.SOL)
A - Research and Development Index Page
|
|