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