Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#1861

Asc/Rekb Area B Bldg 557, 2640 Loop Road, Wright Patterson Afb Oh 45433

A -- NATIONAL DATA CENTER POC For copy,, For additional information contact V. Smith/Rakbe/ [937]255-2856 The United States Air Force Aeronautical Systems Center Reconnaissance Systems Program Office Contracting (ASC/RAKBS), Wright-Patterson AFB OH, is contemplating contracting on a sole source basis with Science Applications International Corporation, Satellite Beach FL, for the continued development of the United States National Data Center (USNDC). At this time, ASC/RAKBS is seeking other sources of firms capable of developing and testing the United States National Data Center (USNDC). A solicitation has not yet been written; the solicitation is anticipated to be issued by 18 Jul 97. A cost-plus-incentive-fee contract is contemplated. Projected funding is expected to be approximately $38 million for this effort. The USNDC effort is contemplated to entail development and testing of software; an analysis system for seismic, hydroacoustic, satellite, infrasonic, and radionuclide data; training; logistics support; and continued development of an analysis platform based on existing International Data Center (IDC) and Prototype National Data Center (PNDC) systems, as well as, additional enhancements to ensure successful completion of Air Force Technical Applications Center's (AFTAC's) nuclear treaty monitoring mission in accordance with the Comprehensive Test Ban Treaty. The current IDC and PNDC systems are comprised of workstations in a network for automated and interactive processing, and on-line and off-line data storage devices. Government furnished property will include distributed routers, servers, workstations, and prototype software. A facility located at HQ AFTAC, Patrick Air Force Base (AFB) FL, will house the USNDC. The proposed USNDC will be an advanced computer system with increased capabilities and reliance on automated analysis in order to manage the increase in data volume over the current system and additional processing necessary to meet mission requirements. A robust acquisition system is necessary to acquire waveform data from a global network of seismic, hydroacoustic, and infrasonic stations. In addition, data reports from radionuclide stations and satellite sensors must be incorporated. Upon receipt of this information, these data must be stored, distributed to researchers both internal and external to AFTAC, and reliably forwarded to a classified pipeline processing system. The USNDC must also relay data from sensors located on US Territory to the IDC and data from sensors in other countries where the host has asked AFTAC to relay data until the international communications system for the Comprehensive Test Ban Treaty (CTBT) is formally established. Because of large volume of data, an automated waveform processing system is necessary to analyze seismic, hydroacoustic, and infrasound data that is forwarded by the acquisition system. The results of the waveform processing must be combined with those of other techniques to produce a multi-technique product. An interactive capability must exist to enable users to review, refine, correct, and display the currently available results, regardless of whether they have been generated directly from the automated processing system or have been previously analyzed by another user. The USNDC must use results from the radionuclide and satellite systems to trigger waveform processing in order to look for corroborative evidence of event characteristics. The system must have the following characteristics: (1) capability to acquire, process, and archive at least 25 Gb of data per day, (2) 24-hour, 7-days per week operating and reporting capabilities, (3) produce an automated processing bulletin for internal use listing initial detection, location, and identification of events within one hour after receipt of data set, (4) supply sensor data from territorial stations to the IDC, (5) continuously acquire sensor data from all stations in the expanded United States Atomic Energy Detection System, (6) acquire all data from the primary network, (7) acquire all available waveform segments from the auxiliary network, (8) allow for the automatic and manual input of data fromother than routine sources, (9) preserve authentication information so it can be reconstructed on demand, (10) interactive to enable evaluators and analysts to review, refine, correct, and display the currently available data and analyzed results, (11) 99% system availability. A phased program of increasing capabilities and reliance on automated analysis is planned for implementation beginning in 1998 and continuing through 2005. The USNDC will use two parallel, automated-processing pipelines continuously -- one as the operational system, and the other as the testbed incorporating all capabilities on the operational system as well as evaluating and testing new capabilities for the processing system. At appropriate intervals, the testbed will be declared the operational system, and the former operational pipeline will become the new testbed. In 1999, the USNDC will attain initial operational capability and become the headquarters operations system for AFTAC treaty monitoring. The software development required to meet United States policy goals for monitoring a CTBT will be completed in 2002. Upon the completion of the currently scheduled program for installing new data acquisition sensors in 2005, the USNDC will attain final operational capability. 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/her concerns 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 are invited to contact ASC's Ombudsman, Mr. Michael Coalson, ASC/SYI, Bldg 52, 2475 K Street, Suite 1, Wright- Patterson AFB, OH 45433-7672 at (937)255-5535, with serious concerns only. Potential offerors must meet the following criteria if selected for contract award: (1) be willing to collocateintegration and test staff at Patrick AFB, FL, (2) be able to perform to an aggressive schedule, (3) demonstrate extensive knowledge and experience in the development, processing, and analysis of this type of effort, (4) have appropriate personnel cleared at the Top Secret (TS) Sensitive Compartmented Information (SCI) level. The Government will only solicit those firms which meet the criteria based upon written responses to this synopsis and discussion sessions, if held. Any respondent initially failing to meet the above criteria will still be provided a copy of the solicitation upon request. Potential offerors are requested to submit two copies of their responses briefly describing qualifications and ability to perform in writing to Vanita Smith, Contract Negotiator, ASC/RAKBS, 2640 Loop Road West, Wright-Patterson AFB, OH 45433-7106 no later than 23 Jun 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0010 19970606\A-0010.SOL)


A - Research and Development Index Page