Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

58 -- Common Image Processor

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-09-R-4004
 
Point of Contact
Laura M. Hess,, Phone: (937)904-5856
 
E-Mail Address
laura.hess@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
CIP - COMMON IMAGERY PROCESSOR DESCRIPTION: SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The Aeronautical Systems Center, 659 Aeronautical Systems Squadron (Sensors) is conducting market research to determine potential sources for the procurement of additional follow-on support for the Common Imagery Processor (CIP). The required support includes, but is not limited to the following efforts: 1) maintenance and sustainment of fielded CIP units; 2) production of up to 20 CIP units over a period of five years; 3) upgrade and maintenance of software/hardware to process new sensors; 4) architecture enhancements to the CIP system; 5) Field Service Representative Support; 6) support to maintain sensor imagery processing code; 7) integration support to other ground station and sensor developers; 8) provide training and documentation to system users; 9) review and address CIP security certification and accreditation issues, and (10) continued research and development, including studies and demonstrations, to advance CIP capabilities. The primary objective of the CIP program is to obtain an imagery processor capable of processing imagery from multiple sensors, and capable of being integrated into the armed services Distributed Common Ground/Surface System (DCGS). The CIP architecture must be capable of being adapted to incorporate new sensors and other upgrades based on changing user needs with minimal impact to the design of the services DCGS or the installed base of imagery ground stations. CIP units must be capable of processing Electro-Optical (EO), Infrared (IR), Synthetic Aperture Radar (SAR) with Moving Target Modes (MTI), Multi-Spectral Imagery (MSI), and other data from national, theater, operational, and tactical sources. The CIP must also utilize a hardware and software architecture that is modular, scalable, and extensible; has inherent interoperability; minimizes life cycle costs; uses Commercial Off-The-Shelf (COTS) products and Government Off-The-Shelf (GOTS) products; and is based on open systems architecture. This effort requires the contractor to possess the ability or be able to obtain the ability to meet the following (a)-(m) criteria listed below: (a) Meet all current CIP baseline sensor processing requirements, including, but not limited to: ASARS-2 Spot 1, Spot 3, Search, Continuous Spot 1, Continuous Spot 3, ASARS-2a MTI, Detected, Complex; SYERS EO/IR: Full Field/Full Resolution, Full Field/Half Resolution, Half Field/Full Resolution, SYERS 2a: single/multi-band, all sensor modes; Global Hawk SAR (all modes), EO/IR (all modes), MTI; SHARP (all modes); ATARS (MAEO); ATARS (LAEO) vertical, forward; ATARS (IRLS) wide, narrow; APG-73 Strip Map, Spotlight; RADEOS (Full Field/Full Resolution, Full Field/Half Resolution); RAPTOR(all modes); TARS (MAEO, Framing Sensor); MP-RTIP; have the capability to meet all additional current CIP requirements, including, but not limited to: receiving inputs from the following data links: CDL (ATM), MIST (CDL), CHBDL-ST (CDL), TIGDL (CDL) Legacy Format, TWISTER, and Ku Satcom Modem; connecting to the following external interfaces per the CIP to CIGSS ICD: serial and parallel DCRsi, ANSI ID-1, CIGSS Data LAN, CIGSS Imagery LAN, Screener Interface, SAIP User Defined Device (UDD) Interface, CGS Data Link, NET R/R, and Air Force UDDs; (b) Meet projected future CIP requirements, including, but not limited to, processing the following sensor modes: WAAS, LiDAR, HSI, and Motion Video; (c) Have demonstrated applicable experience in understanding and integrating advanced COTS-based computational equipment utilizing various types of data busses/LANs and multiple internal and external interfaces; (d) Have demonstrated the capability to support multiple unique external interfaces within the same image processor architecture; (e) Have demonstrated applicable experience in processing imagery at sensor collection rates and in processing different image sensors from different platforms; U-2, F-18, F-16, Global Hawk, UK Tornado, using the same image processor; (f) Have demonstrated applicable experience in system integration and system testing, including support for the integration of multi-sensor image processors into multiple customer ground stations of different configuration and design; (g) Have demonstrated efficient subcontractor and vendor product acquisition management, successful work and interaction with other government sensor and ground station contractors, and experience in customer interaction with Government acquisition program offices; (h) Have a thorough understanding of Ground Station systems and the Common Imagery Processor, their integration and operation, or be able to obtain such understanding; (i) Obtain a US Top Secret level security clearance and provide a secure facility for CIP system development, modification, integration, support, and test; (j) Have demonstrated experience with tech refresh in a COTS hardware environment; (k) Have demonstrated applicable experience integrating and applying algorithms to improve EO/IR and SAR image quality; (l) Have demonstrated applicable experience integrating algorithms and software (executable code) developed by third parties; (m) Have the necessary resources and controls to effectively perform highly technical/ large-scale development, production, and sustainment functions, including suitable facilities, equipment, financial, enterprise structure, expertise, quality, and compliance. The purpose of this sources sought is MARKET RESEARCH to determine potential sources to provide hardware and software equivalent to the current CIP managed by the 659 Aeronautical Systems Squadron. The Air Force does not intend to award a contract/order on the basis of this sources sought synopsis or otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. In your response to this sources sought please respond to criteria items (a)-(m) detailing your capabilities in these areas and any previous work experience in regards to these items. The responses to this sources sought synopsis shall be a MAXIMUM OF 10 PAGES in length and submitted electronically to the following e-mail addresses: CIP is an Aeronautical Systems Center (ASC) program. The current status is Sources Sought and it is a Category 58 - Comm., detection, and coherent radiation equip. program. Solicitation No. TBD Response Date: TBD SIC Code: TBD Dollar Amount: $10M+ How to contact this program: Technical POC: Capt Casey Yanez, Program Manager, 937-255-8374, casey.yanez@wpafb.af.mil Contracting POC: Laura Hess, Contract Negotiator, 937-904-5856, laura.hess@wpafb.af.mil 2640 Loop Road West, Bld 560 Room 159 WPAFB OH 45433
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0a5e82479ab1946a6579852bf423144&tab=core&_cview=1)
 
Record
SN01800543-W 20090425/090423220403-c0a5e82479ab1946a6579852bf423144 (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  © 1994-2020, Loren Data Corp.