|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1998 PSA#2077Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- TECHNICAL SUPPORT FOR AUTOMATING REAL TIME GROUND CONTROL
OPERATIONS SOL 98QV141 DUE 050198 POC Ryan Kirchoff 505-846-4579 or
Margaret Jaramillo 505-846-4675 E-MAIL: RYAN KIRCHOFF,
kirchofj@plk.af.mil. Contract Specialist Ryan Kirchoff, 505-846-4579,
Contracting Officer Margaret Jaramillo 505-846-4675 1. The Operational
Contracting Division intends to award a purchase order for technical
support for Air Force Research Laboratory/VSSS. This is a combined
synopsis/request for quotes for commercial items prepared in accordance
with the format in FAR Subpart 12.6 and FAR Part 14, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; bids are being are requested and a
separate solicitation will not be issued. 2. This solicitation number,
F29650-98-QV141, is being issued as a request for quotes. Interested
offerors are reminded to monitor this Web Site for potential changes to
this acquisition. RFQ amendments will be posted exclusively on this Web
Site. Oferrors are reminded of the requirement to acknowledge all
amendments to the bids! 3. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-45! 4. The proposed purchase order shall require the
following: a. Use Spacecraft Command Language (SCL) and Altair Mission
Control System (AMCS) to automate the real-time ground control
operations of STRV -- 1 a/b during the spring of 1998. These systems
shall mimic the activities currently performed by human controller
during a real-time ground contact with the spacecraft's (with the
exception of communications with the Jet Propulsion Laboratory's Deep
Space Network (DSN) stations, which require voice coordination for
initialization, termination, and fault isolation of the link). b.
Transfer the STRV-1 a/b experience to the follow-on STRV -- c/d project
by assisting AFRL/VSSS in the integration of the applications developed
in Task 1 into the processor that shall be flown on STRV -1d to
demonstrate onboard autonomy. Only the more mature technology, SCL,
shall be used for this task. c. Support transition SCL and AMCS
implementations of STRV -- 1a/b operations to the Colorado Space Grant
College at CU -- Colorado Springs for mission control. d. Develop two
automated ground control prototypes for the STRV -- 1 a/b operational
spacecraft using COTS products at the Laboratory for Atmospheric and
Space Physics (LASP), University of Colorado in Boulder, Colorado. The
Commercial Off The Shelf (COTS) products are the Altair Mission
Control System (AMCS), and Spacecraft Command Language (SCL).
Deliverables are the electronic databases needed to implement these
prototypes and a technical report and presentation. Deliverables a. A
technical report and presentation comparing and contrasting the use of
the SCL rule-based system vs. the AMCS state-based system for ground
automation. b. SCL and AMCS implementation of STRV -- 1 a/b ground
control automation, i.e., rules. Databases, and scripts, in electric
form. Travel a. Travel two trips to AFRL/VSSS at Kirtland Air Force
Base, New Mexico, to assist in using STRV -- 1 a/b rule-bases to
develop rule-bases for STRV- 1 a/b. b. Transfer SCL automation to STRV
-- 1 c/d on-board processor. Includes travel from Boulder CO. to
Kirtland AFB, NM. One person travels for one week. Two trips. c.
Transfer STRV -- 1a/b both prototype automated ground control centers
to Colorado University at Colorado Springs. d. Travel to present
results (1) at SpaceOps98 Conference, Tokyo, Japan. This trip is one
person for a week and includes weekend travel. 5. The government will
evaluate bids in response to the solicitation without discussion and
will award a contract to the responsible bidder whose bid, conforming
to the solicitation, will be most advantageous to the government
considering only price. a. Offerors are reminded to include a completed
copy of the provision at 52.212-3, Offeror Representations and
Certification-Commercial Items, with their offer. b. Clause 52.212-4,
Contract Terms and Conditions-Commercial Items (Oct 1995), is hereby
incorporated by reference. c. Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statues orExecutive Orders-Commercial
Items, is hereby incorporated by reference. The following paragraphs
apply to this solicitation and any resultant contract (a)(1)52.222-3,
(b)(1)52.203-6, Alternate !, (b)(2)52.203-10, (b)(3)52.219-8,
(b)(5)52.219.14, (b)(6)52.222-26, (b)(7)52.222-35, (b)(8)52.222-36,
(b)(9)52.222-37, (b)(10)52.225-3, (c)(1)52.222-41, (c)(2)52.222-42. d.
This will be a firm fixed price purchase order. 6. Signed and dated
bids (one original/two copies) shall be submitted no later than 12 p.m.
on 01 May 98 to the Operational Contracting Division Bid Box, 2000
Wyoming, Building 20604, Room B-2, Receptionist Room, KAFB, NM
87117-6008, or be faxed to Ryan at 505-846-4083. Contractors shall
indicate their size qualifications under SIC 8731. Standards size 500
employees. Offerors must identify if they are a large business, small
disadvantaged business, 8a certified, HBCU/MI, or woman-owned. Contact
Ryan Kirchoff at 505-846-4579 for any questions regarding this
solicitation. Technical questions are to be referred to Ross Wainwright
at 505-853-4123. (0106) Loren Data Corp. http://www.ld.com (SYN# 0011 19980420\A-0011.SOL)
A - Research and Development Index Page
|
|