Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

Department of the Air Force, Air Force Materiel Command, SMC -- Space & Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA, 90245-4659

A -- DISCOVERER II: GLOBAL PRECISION SURVEILLANCE PROTOTYPE DEMONSTRATION PROGRAM (PHASE 2) SOL Reference-Number-47 DUE 063000 POC Karen Bahan, Secondary POC, Phone (703)526-1709, Email kbahan@djpo.darpa.mil -- Kenneth Harsha, Primary POC, Phone (703)526-1732, Email kharsha@djpo.darpa.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num ber-47&LocID=901. E-MAIL: Karen Bahan, kbahan@djpo.darpa.mil. The Discoverer II Joint Program Office (DJPO) is seeking potential sources for Phase 2 of the Discoverer II Global Precision Surveillance Prototype Demonstration Program. The Discoverer II program is a joint United States Air Force (USAF), National Reconnaissance Office (NRO), Defense Advanced Research Projects Agency (DARPA), and Army initiative. The program will develop and demonstrate an affordable, space-based radar (SBR) with Ground Moving Target Indication (GMTI), Synthetic Aperture Radar (SAR) imaging capabilities, and Precision Digital Terrain Elevation Data (DTED) that will revolutionize reconnaissance support to the tactical warfighter. The Government anticipates this acquisition will be conducted under full and open competition procedures with specific minimum technical requirements based on the results of the Phase 1 program. The Discoverer II program consists of two phases. Phase 1 was competitively awarded using a formal source selection process. Lockheed Martin, Spectrum Astro, and TRW were each awarded Phase 1 contracts, consisting of a 12-month basic period of performance and a 5-month option to continue performance through September 2000. The option periods were exercised 01 May 2000 for the TRW and Lockheed Martin contracts. Phase 1 consists of conducting trade studies and analysis evaluating a wide trade space of Missions, Concept of Operations (CONOPS) and system capability employing Cost As an Independent Variable (CAIV) techniques to arrive at an Objective System Concept (OSC) consistent with the program's Statement of Objectives (SOO) and the System Capability Document (SCD). (The OSC represents a possible follow-on operational system and is not part of the Phase 2 acquisition.) Phase 1 also develops the concept, preliminary design, and performance assessment of the two Research and Development Prototype (R&DP) satellites and associated ground infrastructure to meet the Government's Demonstration Objectives. Detailed cost analyses and demonstration test planning are also accomplished. The R&DP demonstrates the technology growth path to the OSC. The Phase 1 program results to date have demonstrated that an OSC comprised of a Low Earth Orbit (LEO) constellation of small agile satellites employing Electronically Scanned Array (ESA) technology could meet the program's performance and affordability objectives. Phase 1 has also demonstrated the feasibility and affordability of the Phase 2 demonstration system. The Phase 1 program will complete preliminary design and risk reduction activities by September 2000. The Phase 2 program completes the design, manufacturing, integration and testing, launch, and operation of two prototype satellites for a one-year on-orbit demonstration. Anticipated Phase 2 objectives are: 1) complete final design of the R&D prototype, balancing requirements to meet cost and schedule constraints while demonstrating technical performance, affordability and user utility; 2) demonstrate design maturity prior to launch through software demonstrations, subscale tests, models, simulations, and full system end-to-end testing; 3) plan and conduct on-orbit tests and experiments to evaluate system performance and user utility; 4) integrate and test a Discoverer II capability in the Tactical Exploitation System (TES) (and/or Littoral Surveillance System (LSS), Contingency Airborne Reconnaissance System (CARS), AF Distributed Common Ground Segment (AFDCGS)) considering the infrastructure migration paths for the Common Imagery Ground/Surface System (CIG/SS) architecture; 5) participate in the TES (and/or LSS, CARS, AFDCGS) program(s) to incorporate exploitation capabilities and maximize utility of the data to theater users; 6) construct the spacecraft, interface with a launch vehicle, test and support the launch operations of up to two spacecraft in FY 2005, initialize the spacecraft systems in a stable orbit, operate the spacecraft Telemetry, Tracking and Command (TT&C) and mission planning and payload tasking; 7) operate and maintain the spacecraft and ground infrastructure in response to program needs during the demonstrations. The Government will provide Phase 2 technical requirements in the Technical Requirements Document (TRD) included in the Request for Proposals (RFP). The Government anticipates release of the Phase 2 draft RFP this summer and final RFP in early FY 2001. All Phase 2 competition documents will be posted on the Discoverer II website at the following URL: http://www.safaq.hq.af.mil/d2/d2.html. This synopsis provides information on the program to provide an opportunity for potential Phase 2 sources to contact the Program office. Phase 2 sources must demonstrate a mature concept and preliminary design, described by the following: 1) a complete and comprehensive concept of operations sufficient to meet the Phase 2 Demonstration Objectives; 2) a complete and comprehensive preliminary design for the R&DP satellite system, described at the subsystem level with requirements allocated to the component level (i.e. WBS level 4 as described in Mil STD 881) for hardware and software; 3) a complete and comprehensive preliminary design for a ground infrastructure capable of Telemetry, Tracking, and Command (TT&C) and tasking and processing mission data, described at the subsystem level with requirements allocated to the component level (i.e. WBS level 4 as described in Mil STD 881) for hardware and software; 4) a complete and comprehensive preliminary design appropriate for integration into a Government Furnished Equipment (GFE) CIG/SS in a Distributed Common Ground Station (DCGS) architecture to support the utility demonstration; 5) Anticipated system performance enabling the demonstration objectives and compliant with TRD thresholds validated by a credible Modeling and Simulation (M&S) analysis; and 6) a capability to execute a medium risk program to achieve the following milestones: a) payload Critical Design Review (CDR) not later than (NLT) Authorization To Proceed (ATP) + 12 months; b) System CDR NLT ATP + 15 months; c) launch of two separate satellites, NLT ATP + 45.5 months. All responses to this Sources Sought Synopsis are requested to submit in writing their relevant company experience in the design, manufacturing, assembly, integration, test, launch, and operations of spacecraft. Specific experience in radar design and integration is required. The offeror must have a clear understanding and experience in Ground Moving Target Indication including Space-Time Adaptive Processing (STAP), Synthetic Aperture Radar and Precision Digital Terrain Elevation Data (DTED). The respondent must have extensive C4ISR experience. Respondents must discuss how they will achieve a mature Discoverer II concept and preliminary design as described above, as well as the organization's ability to meet the projected Phase 2 objectives. Only firms interested in functioning as a prime contractor need respond at this time; further announcements will be provided to announce sub-contractor opportunities. Potential sources should describe the organization's background and team composition. Responses are limited to ten pages. Organizational brochures and letters of interest are unacceptable. Firms with a secret clearance accreditation may request copies of the System Capability Document, Demonstration Objectives, Statement of Objectives, and Technical Requirements Document when available, by contacting the contracting officer. Firms responding should indicate if they are or are not a small business, a socially and economically disadvantaged business, a woman-owned business, a historically black college or university, or minority institution. All respondents shall include their assigned Commercial and Government Entity Code (CAGE Code) assigned by the Commander Defense Logistics Service Center, ATTN: DESC-CGD, Federal Center, Battle Creek, Michigan, telephone (616) 961-4381, Reference DoD 5000.129M. Respondents are further requested to indicate their status as a foreign-owned firm/foreign-controlled firm, and any contemplated use of foreign national employees on this effort. Foreign firms should be aware that restrictions may apply which preclude their participation in this acquisition. Responses should be sent to: DJPO, ATTN: Karen Bahan, Contract Negotiator, 3701 North Fairfax Drive, Arlington, VA 22203-1714. Responses shall not be submitted via email or facsimile. Closing date for submission of responses is thirty calendar days from the publication of this notice. Expected Request for Proposal (RFP) release for this program is projected for 15 Oct 00. A notice will be issued in the Commerce Business Daily advising that the RFP is available and the website for accessing the RFP. THIS IS NOT A REQUEST FOR PROPOSAL; THIS IS A SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Government will not pay for the information presented as a result of this announcement. Industry Day: The DJPO will host a one day information briefing to offerors for Phase 2 of the Discoverer II program on 27 June 2000, at the Aerospace Corporation Conference Center in Chantilly, VA. Organizations wishing to attend should submit visit requests indicating level of clearance to Ms. Sherry Rose, Aerospace Corporation, 15049 Conference Center Drive, Chantilly, VA 20151, 703-633-5626 (voice), 703-633-5011 (fax). In addition, an attendance request should be forwarded, via e-mail, to the Discoverer II Joint Program Office, Attn: Mr. Larry Wolfe, e-mail: lwolfe@snap.org. Registration application and visit requests must be received NLT 15 June 2000. Maps are available at http://www.aero.org/locations/chantilly.html. The briefing will be classified SECRET. Please see separate Industry Day synopsis for further Posted 05/30/00 (D-SN459666). (0151)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000601\A-0014.SOL)


A - Research and Development Index Page