Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540

Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864

A -- PLUG AND PLAY (P2) PARTICIPANT PACKAGE PROGRAM SOL F08635-00-R-0044 POC Roland Baez, Contracting Officer, Phone (850)882-9391 ext 5050, Fax (850)882-3130, Email baez@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F08635-00-R-0 044&LocID=1182. E-MAIL: Roland Baez, baez@eglin.af.mil. The Range Instrumentation System Program Office (RISPO), AAC/WRR, will conduct an Industry Day at Eglin Air Force Base, FL beginning at 0900 on 01 March, 2000 in Building 11, Room 203, for the Plug & Play (P2) Participant Package Program. The briefing as well as questions and answers from Industry will be posted under the EPS section of the Eglin website. The Government is interested in receiving any existing concept paper(s) or technical documentation from offeror(s) that may describe a notional approach for the P2 Participant Package Program. Any such technical documentation from offeror(s) will be appropriately safeguarded by the Government as company-proprietary information. The P2 program will assess and create an open architecture, Plug & Play Participant Package (airborne, land, sea) for test and training ranges to achieve interoperability (common interfaces) between the various major test and training instrumentation subsystems. It is envisioned that the resultant P2 Participant Packagewould be the _showcase_ program demonstrating the test and training community working together to create interoperable instrumentation for the next- generation systems. This study and demonstration program will prove the concepts for an open architecture participant package and allow for easier replacement of out-dated technologies. Interface standards between major modules in the participant package will be defined based on common use commercial standards in order to maximize the use of Commercial-off-the-Shelf (COTS) modules or components. It is also envisioned that the P2 instrumentation will have a common internal interface bus where separate modules can be easily integrated or removed which are functional without any necessary software changes depending upon particular test or training range mission requirements. The study effort will include defining interface standards for interchanging modules of a typical test and training instrumentation system. The study effort will provide the government with documentation describing a recommended architecture that will utilize common industry standard interfaces providing the range user with maximum flexibility (modularity, scaleability, and maintainability) in the selection of instrument package modules and package configurations to meet specific test and training mission requirements. The final study report will contain an extensive list of recommended modules that can be interfaced together to provide for flexible test and training instrumentation packages, including instrumentation modules designed for use on both high and low dynamic vehicles operated in a military environment. Recommended modules for high dynamic participant packages must be small enough to fit inside a standard 5 inch diameter instrumentation pod and/or be small enough to be mounted internally in advanced fighter aircraft. The study would not produce a single configuration or participant package design. The study shall consist of 1) an investigation of existing and future hardware and 2) define the open architecture and protocols along with standard interfaces. The program will consist of two phases; a study followed by a demonstration. A Program Research and Development Announcement is anticipated to be a Firm Fixed Price contract used to complete this program. The Air Force anticipates making multiple awards. The successful offeror(s) will be required to provide a concept paper describing/defining an approach that would minimize the need for the large number of current test and training pod configurations, while maximizing the available uses of the Plug-and-Play pods and internal packages to meet test and training mission requirements. This paper will be used to make a downselection (if required) to enter the demonstration phase of the program. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). A supplemental package, which refines the requirement, will be available from the RISPO Technical Library located at SEMCOR, 368 Adams Avenue, Valparaiso, FL 32580 on 25 February, 2000. The supplemental package will describe the current configurations/types of pods within the RISPO as well as provide Interface Control Documents (owned by the Government) for the types of pods listed. The Government does not claim that the information contained within this supplemental package is correct, nor does it require that existing RISPO interfaces be retained in the P2 instrumentation. Instead, this supplemental package will be available to offeror(s) as-is for the purpose of providing information on representative RISPO instrumentation that are currently in operation. The Industry Day will begin with a briefing of the problem, description of current pods, number of pods in inventory, uses/applications of pods in inventory, proposed acquisition approach, funding and schedule for completing the program. Time will be allotted for Industry to make presentations on their ideas, business line, etc. deemed appropriate for the group. One-on-Ones with Industry are available, if needed, onthe afternoon of 01 March and 02 March 2000. Industry is requested to call Tanya Lambert, P2 Program Manager, at (850) 882-8601, ext. 5080 to schedule the time for the One-on-Ones. The P2 program will be restricted to U.S. firms only. The total dollar amount for completion of this program is less than $275,000 for the first year and less than $350,000 for the second year. The program is to be completed not later than 30 September 2001. A contract award is anticipated not later than 26 May 2000. This Notice of Contract Action is for information and planning purposes only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government. Posted 02/16/00 (D-SN426194). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0004 20000218\A-0004.SOL)


A - Research and Development Index Page