Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2004 FBO #0921
SOLICITATION NOTICE

L -- Digital Ionospheric Sounding System (DISS)

Notice Date
6/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-46
 
Response Due
7/2/2004
 
Archive Date
7/17/2004
 
Point of Contact
Capt Richard Marsh, Contracting Officer, Phone (719) 556-2795, - John Hoffmann, Program Manager, Phone (719) 556-9074,
 
E-Mail Address
richard.marsh@cisf.af.mil, john.hoffmann@cisf.af.mil
 
Description
The Space and Missile System Center, Detachment 11/PK, 1050 E. Stewart Ave., Peterson Air Force Base, CO 80914-2902 is contemplating an acquisition for Atmospheric Research. The contemplated period of performance for this effort will consist of a base of one year with six (6) one year options. This effort will consist of software support of the Digital Ionospheric Sounding System (DISS) of the Air Force Space Command. The DISS system provides support for sustaining the Air Force Defense Meteorological Satellite Program. The DISS is a mission-critical system, which provides 24-hour per day real-time and non-real-time processing, and distributing ionospheric data to the users. DISS is installed at 18 locations worldwide. The typical DISS configuration includes one transmit and seven receive antennas, transmitter, receiver, a processor, network elements, peripheral devices and operation software. Application software and database source code includes Fortran, Assembly, and C computer languages. The DISS has been in operation since 1985. It was developed and produced by the University of Massachusetts (UMASS) at Lowell. Hardware and software support have been accomplished via separate contracts. Interested parties, who believe have the capability of performing as prime contractors in support of this effort, are invited to submit a Statement of Capability (SOC), which includes the following information: Personnel/Size Standard-(1) Company name, mailing address, points of contact, and telephone numbers, (2) Business size classification, Large, Small, or Other. Experience-(1) Specific work previously performed or being performed relevant to the specific task areas of this effort. Small Business companies with the capability to perform this requirement are encouraged to participate. The small business size standard for this requirement is NAICS 541710. Interested offerors, which believe possess the above technical expertise and ability to meet the requirements of this effort are encouraged to electronically provide their SOC, not to exceed twenty (20) pages, to Capt Richard Marsh at richard.marsh@cisf.af.mil no later than 02 Jul 04. A solicitation for this effort may or may not be established in support of this effort. Only written responses will be considered. However, if there are any questions, please contact Capt Marsh at (719) 556-2795. If you are interested only in subcontracting opportunities, please indicate clearly in your submission. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. Verbal responses will not be accepted.
 
Place of Performance
Address: San Jose, CA and Colorado Springs, CO
Country: USA
 
Record
SN00595895-W 20040604/040602212021 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.