Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

2640 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