Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

58 -- PCM DECOMMUNICATION SYSTEM WITH CUSTOMIZED SOFTWARE

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
GovWorks, Minerals Management Service, Department of the Interior, Procurement Operations Branch, 381 Elden St., MS2510, Herndon, VA 20170-4817
 
ZIP Code
20170-4817
 
Solicitation Number
1435-04-02-RP-85909
 
Response Due
8/22/2002
 
Point of Contact
Linda M. Butler, Contract Specialist, 540-727-8044, Fax: 540-727-8046
 
E-Mail Address
Email your questions to Contract Specialist's e-mail address
(17464 Brenridge Drive, Brandy Station, VA 22714)
 
Description
This draft requirement was previously announced under CBD notice #5151W9, dated 12/14/01 and amended on notice #5156C5, dated 12/19/01. GovWorks will provide the contract support for this acquisition, and all questions will be sent to the Contracting Office by e-mail. Any vendor contacting the program office or any other related technical office for information may be disqualified from further participation. The purpose of this synopsis is to notify potential vendors that the draft specifications for this requirement have been finalized and are available for review and retention. The solicitation for this effort will be announced in early FY03 with award of a contract scheduled for March 2003. The program office is a joint services Central Test and Evaluation Investment Program established to develop a package of integrated instrumentation components for applications in tri-service (Air Force, Army, Navy) small missile test and training applications. Components developed will support telemetry, time-space-position-information (TSPI), flight termination, and end-game scoring. The program will provide GPSA/IMU based Time Space Positioning Information (TSPI) for test range tracking and missile performance evaluation. The program 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 at the telemetry information to a ground station. The Program will provide TSPI, missile/weapon atltitude and vector scoring for range safety applications. The components consist of airborne and ground elements. The high dynamic TSPI Unit (JTU) is the airborne component, and the purpose of this acquisition. 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 5 primary components: (1) GPS Sensor. An integral 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 CPS/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 transmission to the TSPI Ground Unit. The protocol of the TSPI Unit Message Structure (TUMS) is defined in the 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 solicitation. A Draft JTU-High Dynamic specification is available upon request from the Contracting Office listed in this notice. All electrical and mechanical characteristics of this JTU shall conform to documentation 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 release of the final solicitation. Pre-delivery testing shall be conducted by the contractor with Eglin Air Force Base, FL, for initial Government testing. The Government 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, firm-fixed-price contract, with a 14-month period of performance. The NAICS code for this requirement is 336419 (100 employees), but this is not a set-aside acquisition. Evaluation will consist of Technical, Risk, Schedule, Past Performance (from the past 2 years with similar effort), and Price. Of the 5 basic evaluation factors, Technical is most important, with the other 4 factors relatively equal in importance. All factors combined are significantly more important than Price. The importance of Price as an evaluation factor will increase with the degree of equality of the proposals. Please let the Government know by Thursday, August 22, 2002, if you plan to attend the discussion session to be conducted during the Hardened Subminiature Telemetry Sensors & Systems (HSTSS)/Joint Advanced Missile Instrumentation (JAMI) Symposium in Denver, CO, August 27 - 29, 2002. The specifics of registration for the symposium and the exact time of discussions for this acquisition will be provided to those who request a copy of the specification. You may request a copy of the Revised Draft SpecificationFinal Specifications by e-mail from Linda M. Butler, Contract Specialist, GovWorks, 540-727-8044. By requesting the draft specifications, you will automatically receive a copy of the solicitation when later released. GovWorks is a Federal Franchise Procurement Office within the Department of the Interior, Minerals Management Service, 381 Elden Street, MS 2510, Herndon, VA 20170-4817, providing contract support to all agencies of the Federal Government on a service-for-fee basis.
 
Place of Performance
Address: Contractor's Facility
Zip Code: N/A
Country: N/A
 
Record
SN00139804-W 20020815/020813213706 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.