Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS

D -- INFORMATION TECHNOLOGY SERVICES

Notice Date
May 2, 2001
Contracting Office
General Services Administration, Federal Technology Service (FTS), Solutions Development Center (7TS), 819 Taylor Street, Room 11A30, Fort Worth, TX, 76102
ZIP Code
76102
Solicitation Number
7TF-01-0016
Response Due
May 14, 2001
Point of Contact
James Brown, Contracting Officer, Phone (817) 978-8374, Fax (817) 978-0095, Email jim.brown@gsa.gov -- James Brown, Contracting Officer, Phone (817) 978-8374, Fax (817) 978-0095, Email jim.brown@gsa.gov
E-Mail Address
James Brown (jim.brown@gsa.gov)
Description
17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-01-0016 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20!! 17(iv). This is a full and open procurement. 17(v). There are several contract requirement, which are not optional: REQUIREMENTS LISTED UNDER 17(x)!! 17(vi). Description: The purpose of this Request for Proposal is to acquire the following equipment and services: SPACE SYSTEMS SURVIVABILITY DEVELOPMENT AND DEMONSTRATION RADIO FREQUENCY THREAT WARNING AND ATTACK REPORTING (RF/TWAR)MINIATURE SATELLITE THREAT REPORTING SYSTEM (MSTRS) ADVANCED MICROWAVE RECEIVER TECHNOLOGY DEVELOPMENT 1.0 OBJECTIVE: The objective of this program is to provide design, development, and technical support to the Government as the RF sensor developer and combined RF -- laser sensor system integrator for the Miniature Satellite Threat Reporting System (MSTRS). The purposes of the combined sensor system are as follows. 1) Detect whenever an RF or laser source is tracking or interfering with the operation of a host spacecraft. 2) Geolocate those sources and pass the detection and geolocation information to the spacecraft processor for relay to the ground. 2.0 SCOPE: The tasks addressed in this Statement of Work are part of a larger, multi-phase development program. The Laser Sensor Development as well as the Integration of the two sensors (RF and Laser) will be addressed in a separate SOW. The scope of the tasks defined by this statement of work is limited to the RF receiver processor unit (RPU) portion of the MSTRS Program. Primary areas of work are defined in the paragraphs below; 1) tasks in support of the completion of the STS-107 Risk Reduction Flight, 2) tasks in support of the miniaturization of the MSTRS RF Sensor, 3) Advanced Microwave Receiver Technology Development, and 4) Program Management functions in support of the MSTRS Program and the ST/WAR IPT. 3.0 TECHNICAL REQUIREMENTS: The following paragraphs describe the tasks to be completed under this SOW. 3.1 Risk Reduction Flight / Shuttle Flight STS-107 Activities: 3.1.1 The contractor shall provide engineering services to support the final In-Vehicle Testing (IVT) of the MSTRS system on the Orbiter Module at the Boeing / SpaceHab Payload Processing Facility near Kennedy Space Center in Florida. 3.1.2 The contractor shall complete and test refinements to the signal processing software to perform Phase Processing on signals specified by the Air Force as 'cooperative signals' during the STS-107 Risk Reduction Flight. 3.1.3 The contractor shall provide engineering services and PC-based Mission Ground Control Support Equipment for the Joint Integrated Simulation Training (JIST) sessions as required by the Air Force. The JIST sessions are to be conducted at the Payload Operations Control Center (POCC) at Johnson Space Center (JSC) in Houston, Texas. 3.1.4 The contractor shall provide engineering services and PC-based Mission Ground Control Support Equipment during the risk reduction flight on Shuttle Flight STS-107. 3.1.5 The contractor shall ensure that the Satellite Tool Kit (STK) software used to provide graphical illustration of the system performance during the STS-107 Flight is maintained as a current fully supported version through the purchase of a current maintenance agreement. 3.1.6 The contractor shall perform post mission data analysis and system performance evaluation using the data recorded during the STS-107 Risk Reduction Flight. The purpose of the analysis and evaluation shall be to determine any functional areas of the MSTRS system that require improvement or modification prior to subsequent orbital testing. The results of this analysis and evaluation shall be a written report in contractor specified format and a performance evaluation briefing prepared in contractor specified format. 3.2 Receiver Processor Unit (RPU) Miniaturization Activities: 3.2.1 The contractor shall complete design and fabrication, using chip and wire hybrid technology, of Built In Test Equipment (BITE) circuitry, receiver control circuitry, and synthesizer power control circuitry for the MSTRS receiver system. These specific circuitry items are intended to be retrofit into the existing MSTRS receiver design being performed under a separate miniaturization contract. 3.2.2 The contractor shall complete design modifications to the existing IFM (wideband) Frequency Resolver Circuit Card Assembly (CCA) to support miniaturization. The design goal for the IFMU CCA is that it support the form and fit of the remainder of the Miniature MSTRS. 3.2.2.1 The contractor shall procure, fabricate and assemble a miniaturized IFM (wideband) Frequency Resolver CCA. 3.2.3 The contractor shall design, develop, fabricate or procure a power supply that reflects the DC-to-DC converter power requirements of the miniaturized receiver processor (MSTRS). The new power supply design shall be intended to provide the MSTRS receiver processor with a self-contained DC power converter capability using a single voltage input of nominally 28 Volts DC. 3.2.4 The contractor shall identify and implement an alternative capability to replace the Snapshot Recorder function used in the Prototype MSTRS receiver processor units. Specifically, the Snapshot Recorder provided analog-to-digital conversion (ADC) of the narrow band signal and the alternative implementation shall include significantly improved ADC capability currently available for space applications. 3.2.5 The contractor shall perform module and system level integration of the miniaturized receiver hardware modules developed under for the MSTRS Program. 3.2.5.1 The contractor shall design, fabricate, and assemble a specialized test fixture to support the automated testing of individual modules and functions as well as testing of a fully integrated set of modules, or automated system level testing. 3.2.5.2 The contractor shall design, develop, and implement software to support the automated test functions of the specialized test fixture specified in paragraph 4.2.5.1. 3.2.6 The contractor shall continue concurrent engineering activities; i.e., component engineering, industrial engineering, reliability analysis and engineering, product and quality assurance, and configuration management, on the miniaturized design to insure that it meets space systems specifications defined by the Air Force Research Laboratory for radiation tolerance, reliability, and producability. 3.3 Advanced Microwave Receiver Technology Development Activities: 3.3.1 The contractor shall investigate new signal processing techniques, methodologies, and software implementations to perform Phase Processing on signals not previously addressed for the Shuttle Flight. The Phase Processing software shall be enhancements to the Phase Processing Algorithm developed by Los Alamos National Laboratory (LANL.) 3.3.1.1 This investigation shall include a collaborative effort between the contractor, Los Alamos National Laboratory, and a university to be selected by the contractor and LANL for the purpose of developing new signal processing algorithms and techniques. 3.3.1.2 This investigation shall also include implementation of enhancements to the Phased Signal Test Fixture designed and fabricated by LANL. The enhancements shall result in the Test Fixture being capable of generating simultaneous signals such as SGLS for processing by MSTRS. The simultaneous signal capability shall be used to develop, implement, and test improved signal processing techniques within the MSTRS Receiver Processor architecture. 3.3.2 The contractor shall design and develop receiver architecture to provide improved Phase Detection and Processing to support improved signal processing techniques that require receiver phase characteristics not achievable with the Prototype MSTRS design. 3.3.3 The contractor shall conduct a study to determine the feasibility of utilizing Direct Conversion (DiCon) receiver architecture to improve performance of the MSTRS receiver. The output of the study shall be a report prepared in contractor-specified format. The report shall include, but not be limited to, a rationale for utilizing the DiCon architecture and block diagrams of the proposed architecture. The report shall be reviewed and approved by the Air Force Research Laboratory MSTRS Program Manager prior to its publication in final form. 3.3.4 The contractor shall design and develop architecture to support an intermediate (40 Mhz) bandwidth channel. The goal of this architecture shall be to provide the RF and System engineering design and analysis to allow the intermediate bandwidth design to be a minimum modification enhancement to the current MSTRS design. The contractor shall prepare all design documentation; i.e., block diagrams, performance analysis predictions, in contractor specified format. The documentation package shall be provided to the Air Force Research Laboratory Program Manager for review and approval prior to completion of this task. 3.3.5 The contractor shall continue the investigation of multi-layer substrate technology. This on-going study of advanced packaging techniques is intended to support the miniaturization of the receiver processor unit. The continuing investigation shall include, but not be limited to, the implementation of design rules defined during earlier phases of the program -- study, to develop refined design processes that will support the design, fabrication, and testing of MSTRS miniaturized receiver specific circuits and modules. The output of this continuing study shall be a report describing the design rules and processes and MSTRS test modules designed using the newly developed processes. 3.4 Program Management Activities: 3.4.1 The contractor shall provide program management and technical direction of the contractor's resources and subcontractors. 3.4.2 The contractor shall provide monthly status reports including programmatic, technical, and fiscal status of the program tasking, activity, and funding. These monthly status reports shall be in contractor specified format and shall be due each month per the direction of the Air Force Program Manager. 3.4.3 The contractor shall participate in program related Integrated Product Team (IPT) meetings as designated by the Air Force Program Manager. 3.4.4 The contractor shall attend all program technical reviews, and any other program related technical or programmatic planning meetings as designated by the Air Force Program Manager. 3.4.5 The contractor shall attend and participate at the discretion of the Air Force Program Manager in support of meetings intended to define platform specific requirements and to investigate and refine the applicability of the MSTRS technology for a wide variety of high value Air Force space-based assets. 4. Type of Order The resulting order issued under this Statement of Work (SOW) will result in a Time & Materials (T&M) Task Order. 5. Period of Performance The period of performance for this effort is anticipated to be Date of Award (DOA) through December 31, 2002; however, there is a possibility that this effort may extend past this estimated date. 6. Invoicing (recurring services): Billing can be accomplished on a monthly basis -- periodic payments are allowed. The monthly rate will encompass all classes given during the billing period. Invoices for recurring services will include a statement from the authorized Client Representative or Alternate that costs billed during the billing period are acceptable. 7. Limitation of Funds The Contractor shall notify the Contracting Officer and the Client Representative, in writing, whenever it has reason to believe that the costs it expects to incur under this delivery order in the next sixty (60) days, when to all costs previously incurred, will exceed 75% of the total amount so far allotted to the delivery order by the Government. The notice shall state the estimated amount of additional funds required to continue performance for the period specified in the delivery order. The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount awarded on this delivery order by the Government; and the Contractor is not obligated to continue performance under this delivery order or otherwise incur costs in excess of the total amount awarded under this delivery order. "CONTRACTOR MUST SUBMIT CLIENT ACCEPTANCE FOR RECEIPT OF GOODS OR SERVICE WITH INVOICE. FAILURE TO DO SO WILL RESULT IN AUTOMATIC INVOICE REJECTION." 17(vii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000) is hereby incorporated by reference.!! 17(ix). Evaluation Criteria. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Experience(see below), and (2) Price. Past Experience is more important than Price. As proposals become more equal in their past experience, the total cost becomes more important. Required Past Experience Documentation: The offeror shall provide a narrative of projects for identical or similar task as required by this SOW. The past experience must have been acquired in the past three (3) years. Each narrative shall include the name, area code and phone number, mailing and E:mail address of the person who can verify your past experience. Note: Limit each narrative to one (1) page double-spaced. The Past Experience factor will be evaluated based on the offeror's relevant past experience compared to the requirements specified in the above SOW. An offeror who has successfully performed the identical task as required in the above SOW would receive a higher rating than an offeror who has successfully performed a similar task. Offorer's unable to fully demonstrate they have successfully completed a similar project to this SOW in the past three(3) years, will not be considered technically unacceptable and will not be considered for award. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2000) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, b)(12)52.222-26,(b)(13)52.222-35,(b)(14)52.222-36,(b)(15)52.222-37, (b)(17) 52.225-1, (b)(24) 52.232-34.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Work completed within 120 days after contract award.!! 17(xiv). N/A!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 11A30, Fort Worth, TX 76102-6105, Attn: Jim Brown, Contracting Officer at or before 4:00 p.m.(Central Standard Time), May 14, 2001. Email proposals may be sent to jim.brown@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-0095 at or before the above time and date!! 17(xvii). Contact Jim Brown at 817/978-8374.!! ****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=7TF-01-0016&L=2322)
Record
Loren Data Corp. 20010504/DSOL006.HTM (D-122 SN50K950)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com