Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOLICITATION NOTICE

A -- System Concepts Enabling Persistent Tracking and Identification for Combat (SCEPTIC)

Notice Date
5/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, OH, 45433-7801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SS-PKSR-07-SCEPTIC
 
Response Due
6/4/2007
 
Archive Date
6/19/2007
 
Description
RESEARCH AND DEVELOPMENT SOURCES SOUGHT SYNOPSIS. FOR: System Concepts Enabling Persistent Tracking and Identification for Combat (SCEPTIC) for a future call under the STROEB BAA-04-03-SNK. The Air Force Research Laboratory (AFRL/SNAR), Sensors Directorate, Sensor ATR Technology Division seeks potential sources for a sixty (60) month, $12M program to enhance the capabilities of the Advanced Recognition Center (ARC) facility located at WPAFB, OH and aid in the development and execution of various ARC evaluation activities. It is expected that NATO participating companies and foreign firms will be excluded from participation in this effort. Potential contractors and performing personnel must have security clearances at or above the Secret level, with potential to obtain Top Secret at a later date. Although the work will be conducted on WPAFB, contractors will need classified storage capability. The ability to deny sanctuary to adversaries is limited by the capability of combat systems to acquire, track, identify and locate targets with sufficient persistence. The solution to this problem of detecting targets and continuously maintaining their identification and location requires a multi-faceted approach drawing from a variety of component technologies (e.g. Automatic Target Recognition/Cueing (ATR/ATC), target, tracking, registration, Sensor Fusion (SF), resource management, etc.). The ARC is a facility that emulates operational systems to permit the development, integration, demonstration, and transition of advanced technologies including automatic target recognition and multi-sensor fusion systems. The ARC provides the ability to test component technologies in a system-level context and evaluate the incremental contribution of each element. The effort entails the enhancement, optimization, demonstration, and evaluation of emerging systems and existing ARC assets. The contractor will be required to lead the assimilation of various software and hardware components into the ARC and aid in the development and execution of various evaluation activities. The contractor will be required to work with the component developers and Government personnel to plan and implement interfaces to ensure coherent, effective system designs, and facilitate the integration of components into the ARC laboratory. The contractor will be expected to maintain a disciplined, validated and efficient capability to exercise, analyze and evaluate system-of-systems solutions for the persistent and continuous ISR and tracking of targets by developing and integrating hardware and software components that update and enhance the demonstration and evaluation capabilities of the ARC facility. The contractor should have past experience in Automatic Target Recognition/ Cueing (ATR/ATC), target, tracking, registration, Sensor Fusion (SF) resource management and related technologies. The contractor should be familiar with SAR, HRR, HSI, GMTI, EO/IR, LIDAR and other sensor data used to facilitate persistent ISR, ATR and tracking capabilities. The contractor must have personnel with the training and experience necessary to support the development and integration of the technologies discussed above. The personnel will be required to support ARC lab systems including: networks, computer systems (mainly Sun, Sparc and PC systems), numerous operating systems (Linux, Solaris, Suse, WinXp, Red Hat, Debian, etc.), and a variety of exploitation, graphical display and utility software. These personnel will be required to work on-site at Wright Patterson Air Force Base. It is expected that this effort shall require anywhere from 4 to 12 personnel based on workload. Businesses interested in this effort must respond with a complete capability/qualification package describing the company?s technical expertise, experience, personnel and facilities required to accomplish the work described above. The North American Industry Classification Systems (NAICS) Code is 541710. The small business size standard is 500 employees. The purpose of this synopsis is to provide the Air Force technical team with the ability to determine capabilities of potential respondents. The Air Force is contemplating a small business set aside based on the responses received. If this acquisition is set aside for small business, the resulting contract will contain the clause FAR 52.219-14 Limitations on Subcontracting which requires (for services) that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Responses to this synopsis shall include a demonstration of the offeror's ability to perform at least 50 percent of the effort. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing on FedBizOps (FBO) at http://www.fedbizopps.gov/. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. The government requests interested parties submit a brief description of their company's business size, business status (i.e., small business, disadvantaged, HUBzone, woman-owned), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include contract magnitude and points of contact for each example provided (name of the point of contact (POC), address, e-mail, telephone number, fax number, and the company's web page, if applicable). Responses may be submitted in writing (only the original is necessary) or electronically and are limited to 30 pages. Each response should reference Research and Development Source Sought Synopsis #SS-PKSR-07-SCEPTIC. Reponses should be sent to ATTN: Kathryn DeShano, AFRL/PKSR, 2310 8th Street, Building 167, Wright-Patterson AFB OH 45433-7801, email: Kathryn.DeShano@wpafb.af.mil. Any non-technical and/or contractual questions should be referred to the individual above at (937) 656-9837. Technical questions may be directed to Mr. Ronald Dennis, AFRL/SNAR at (937) 255-5688 ext. 4147, email: Ronald.Dennis@wpafb.af.mil. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Research and Development Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose.
 
Record
SN01299439-W 20070523/070521235551 (fbodaily.com)
 
Source
FedBizOpps 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.