Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1997 PSA#1840

Commander, 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