Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21, 2001 PSA #3003
SOLICITATIONS

58 -- PCM DECOMMUTATION SYSTEM WITH CUSTOMIZED SOFTWARE

Notice Date
December 19, 2001
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
ZIP Code
20170-4817
Solicitation Number
1435-04-02-RP-8XXXX
Response Due
February 15, 2002
Point of Contact
Linda M. Butler, Contracting Officer, 703-787-1361, jm-butler@erols.com (temporary email)
E-Mail Address
Contracting Officer's e-mail address (linda.butler@mms.gov (alternate: jm-butler@erols.com))
Description
This modification is issued to correct inconsistencies in the inital description. Please disregard the previous description and refer to this modified one. In addition, the Draft Specification will not be available for release until mid-January 2002 and it will automatically be e-mailed to all those who have expressed interest in receiving it through the Contracting Officer. This a potential sources sourght and draft solicitation. The Government is interested in industry's comments on the Draft Specification prior to release of the final solicitation. GovWorks, Procurement Operations Branch of the Department of the Interior, Mineral Management Service, will provide the contract support for this acquisition, and all questions will be sent to the Contracting Officer by e-mail (linda.butler@mms.gov), or alternate telework site: jm-butler@erols.com) , or by fax (703-787-1009). At the time of this announcement, the Department of the Interior's LAN connection is unavailable the alternate e-mail address above is preferable. The Joint Advanced Missile Instrumentation (JAMI) Program (Unclassified) is a Central Test and Evaluation Program established to develop a package of integrated instrumentation components for applications in tri-service (Army, Navy, Air Force) small missile test and training applications. Components developed will support telemetry, time-space-position-information (TSPI), flight termination, and end-game scoring. The JAMI program will provide GPS/IMU based Time Space Positioning Information (TSPI) for test range tracking and missile performance evaluation. JAMI will provide the ability to track missiles and targets operating in areas without standard radar or other "line-of-site" tracking instrumentation by relying on the relay of the telemetry information to a ground station. JAMI will provide TSPI, missile/weapon attitude and vector scoring for range safety applications. The JAMI developed components will consist of airborne and ground elements. The high dynamic JAMI TSPI Unit (JTU) is the airborne component, and the purpose of this requisition. It will provide GPS and IMU measurements that can be processed on the ground for tracking of missiles and targets and missile test and evaluation requirements. The JTU consists of five primary internal components: (1) GPS Sensor. An internal GPS sensor accepts external RF antenna input which may or may not (depending upon the platform) be conditioned by an external filter/limiter/amplifier. The GPS sensor can monitor and time tag three JTU-buffered, external event discrete items for incorporation into its outer data stream. (2) Inertial Measurement Unit (IMU). Signals from internal triaxially-mounted accelerometers and rate sensors are combined with burst-mode GPS/Event data and formatted for output by an internal processor. (3) Data Acquisition System. The JTU outputs a data stream formatted for telemetry transmission via the serial port. This data is sent to the external missile telemetry system for transmittal to the JAMI TSPI Ground Unit. The protocol of the TSPI Unit Message Structure (TUMS) is defined in the JAMI JTU Data Protocol Document. (4) Digital Interface Formatter (processor). The internal processor acts as an internal communications controller hub. The processor formats GPS serial port programming data before forwarding it to the GPS sensor. The processor merges GPS/Event data with IMU data, monitors the mode selection inputs, and converts the output data to the selected format (RS-232, RS-422, or parallel) for inclusion in the data stream. (5) Associated Power System. The JTU filters external power and feeds internal DC/DC converters. The contractor shall design, develop fabricate, test and deliver the JTU in accordance with the RFP. A Draft JTU-High Dynamic specification is available upon request from the Contracting Officer. All electrical and mechanical characteristics of this JTU shall conform to documents provided by the Government. The contractor shall deliver 20 each high dynamic JTU's and (if split into airborne and ground segments) 6 each ground units, with additional options for 150 JTU-high dynamic units, 50 ground units, and Built-In test for JTU. This precise quantity is subject to change prior to contract award. Pre-delivery testing shall be conducted by the Contractor with Eglin Air Force Base, FL for initial Government testing. The Government shall conduct, and the Contractor shall support, the Final Acceptance Testing in accordance with a Test Plan developed by the Contractor and approved by the Government. Award will be based on a Commercial Item (FAR Part 12, and 13.5). Best Value evaluation. Contract will be firm-fixed-price, with a fourteen-month period of performance. The NAICS code for this requirements is 336419 (100 employees) to qualify as a small business. Please provide comments to the Draft Specification to the Contracting Officer by COB on March 15, 2002. The Contract expects release of final RFP on or about April 18, 2002 with contract award in June 2002.
Record
Loren Data Corp. 20011221/58SOL007.HTM (W-353 SN5156C5)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on December 19, 2001 by Loren Data Corp. -- info@ld.com