|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#26012640 Loop Road West, Room 213 WPAFB OH, 45433 58 -- COMMON IMAGERY PROCESSOR SOL CIP DUE 061200 POC Maj James
Meintel, Program Manager or Stephen C. Davis, Contracting
Officer,Meintel @ 937 255-0357 or Davis @ 937 255-2973 WEB: CIP-COMMON
IMAGERY PROCESSOR, http://www.pixs.wpafb.af.mil/pixslibr/CIP/CIP.asp.
E-MAIL: james.meintel@wpafb.af.mil;stephen.davis@wpafb.af.mil">james.meintel@wpafb.af.mil;stephen.davis@wpafb.af.mil,
james.meintel@wpafb.af.mil;stephen.davis@wpafb.af.mil">james.meintel@wpafb.af.mil;stephen.davis@wpafb.af.mil. Background "This
is a Pre-Solicitation Synopsis. The Airborne Sensors and Data Links
Division (ASC/RAJ) of the Aeronautical Systems Center Reconnaissance
System Program Office (ASC/RA) intends to procure additional follow-on
support for the Common Imagery Processor (CIP). The required support
includes, but is not limited to the following efforts: 1) maintenance
and sustainment of fielded CIP units; 2) purchase of up to 50 CIP
units; 3) upgrade and maintenance of software/hardware to process new
sensors; 4) studies to improve or enhance the CIP system; 5) Field
Service Representative Support; 6) support to maintain sensor imagery
processing code; and 7) integration support to other ground station and
sensor developers. The government intends to release a solicitation for
this requirement on a Sole Source basis per FAR 6.302-1(a)(1), "Only
One Responsible Source". Northrop Grumman Corporation, Electronic
Sensors and Systems Sector, 1580A West Nursery Road, Lithicum Heights,
MD 21090, cage code is 97942 is the intended source. The proposed
effort involves work at a classification level of SECRET. A Basic
Ordering Agreement (BOA) using Firm-Fixed Price,
Cost-Plus-Incentive-Fee, Cost-Plus-Fixed-Fee, and Time and Materials
contract types is contemplated. The period of performance for the
proposed effort is 01 Dec 2000 through 31 Oct 2004. For planning
purposes, the Government anticipates the release of an RFP for this
requirement late in the 3rd Qtr FY2000. The primary objective of the
CIP program is to obtain an imagery processor capable of processing
imagery from multiple sensors, and capable of being integrated into the
services' CIGSS. The CIP architecture must be capable of being adapted
to new sensors and other upgrades based on changing user needs with
minimal impact to the design of the services' Common Imagery
Ground/Surface Systems (CIGSS) or the installed base of imagery ground
stations. CIP units must be capable of processing Electro-Optical
(EO), Infrared (IR), Synthetic Aperture Radar (SAR), Multi-Spectral
Imagery (MSI), and other data from national, theater, and tactical
sources. The CIP must also be able to achieve a hardware and software
architecture that is modular, scaleable, extensible, has inherent
interoperability, minimizes life cycle costs, uses Commercial
Off-The-Shelf (COTS) products and Government Off-The-Shelf (GOTS)
products and is open architecture based. Interested firms must possess
capabilities to meet the following criteria: (a) have the capability
to meet all current CIP sensor processing requirements, including, but
not limited to: ASARS-2-Spot 1, Spot 3, Search, Continuous Spot 1,
Continuous Spot 3; SYERS-EO: Full Field/Full Resolution, Full
Field/Half Resolution, Half Field/Full Resolution; ATARS (MAEO); ATARS
(LAEO)-vertical, forward; ATARS (IRLS)-wide, narrow; APG-73-Strip Map,
Spotlight; have the capability to meet all additional current CIP
requirements, including, but not limited to: receiving inputs from the
following data links: MIST (CDL), CHBDL-ST (CDL), TIGDL (CDL) Legacy
Format, and Ku Satcom Modem; connecting to the following external
interfaces per the CIP to CIGSS ICD: DCRsi, ANSI 1D-1, CDL-1, CDL-2,
CDL (ATM), CIGSS Data LAN, CIGSS Imagery LAN, Screener Interface, User
Defined Device Interface, CGS Data Link, CGS R/R, and new Air Force
interfaces; (b) have the capability to meet projected future CIP
requirements, including, but not limited to, processing the following
sensor modes: AIP (MTI)-WAMTI, SMTI; Global Hawk; SHARP; SYERS P3I;
Predator; and TARS; (c) have demonstrated applicable experience in
understanding and integrating advanced COTS-based computational
equipment utilizing various types of data busses/LANs and multiple
external interfaces; (d) have demonstrated the capability to support
multiple unique external interfaces within the same image processor
architecture; (e) have demonstrated applicable experience in processing
real-time imagery and in processing different image sensors using the
same image processor; (f) have demonstrated applicable experience in
system integration and system testing, including support for the
integration of image processors into multiple customer ground stations
of different configuration and design; (g) have demonstrated efficient
subcontractor and vendor product acquisition management, efficient work
with other government sensor and ground station contractors, and
experience in customer interaction with Government acquisition program
offices; (h) have a thorough understanding of Ground Station systems
and the Common Imagery Processor, their integration and operation, or
be able to obtain such understanding. (i) possess or have the ability
to obtain a US Secret level security clearance and provide a secure
facility for CIP system development, modification, integration, and
test. All responsible sources may submit information which shall be
considered by the agency. See Note(s): 22, 26, Com_Note_C, Com_Note_D,
Com_Note_E, Loc_Note_H. " Posted 05/12/00 (D-SN454338). (0133) Loren Data Corp. http://www.ld.com (SYN# 0190 20000516\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|