Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

A -- Space & Missile Systems Center's Overhead Persistent Infrared (OPIR) Research & Development Effort

Notice Date
3/23/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
10-29
 
Archive Date
4/22/2010
 
Point of Contact
Andrew Mitchell, Phone: 310-653-9054, Erin L. Orthmeyer, Phone: 310-653-9050
 
E-Mail Address
Andrew.Mitchell.ctr@losangeles.af.mil, Erin.Orthmeyer.ctr@losangeles.af.mil
(Andrew.Mitchell.ctr@losangeles.af.mil, Erin.Orthmeyer.ctr@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Space and Missile Systems Center's Overhead Persistent Infrared (OPIR) Research and Development (R&D) Effort Description of Desired Capabilities The Department of the Air Force, Space and Missile Systems Center (SMC) intends to issue a sole source contract to Northrop Grumman Electronic Systems Division (NGES) for continuing ground segment efforts regarding Overhead Persistent Infrared (OPIR) Research and Development (R&D) for SMC/XR and SMC/ISSW. The following paragraphs outline the current and desired capabilities that shall be provided in support of the OPIR R&D effort at the Aerospace Fusion Center (AFC): 1. The following capabilities shall be provided in support of SMC/XRF's Modular Architecture for Signal-processing, Tracking, and Exploitation Research (MASTER) for the Commercially Hosted Infrared Program (CHIRP) in order to meet the pre-launch readiness review, launch, and post launch activities: a) Initial Wide Field of View (WFOV) staring sensor simulation capability, including sensor optics, background clutter, and jitter modeling by August 2010 to generate regression test data sets. b) Intimate working knowledge of the AFC, located at Schriever Air Force Base, information assurance policies to assist in SMC/XRF equipment transfer and accreditation at the new AFC facility beginning May 2010. The elapsed time between deactivation at the current facility and activation of resources required to support CHIRP pre-launch, launch, and on-orbit activities at the new facility shall not exceed two weeks without government approval. c) Develop CHIRP telemetry ingest routines, compatible with the Algorithm Application Laboratory (AAL) architecture Application Program Interface (API), by August 2010 to meet CHIRP ground I&T schedule. d) Demonstrate the ability to modify and upgrade AAL components (including CHIRP Line of Sight (LOS) algorithms) and to incorporate new functionality. e) Adapt the existing SMC/XRF AAL Mission Data Processing (MDP) wideband interface to the real time streaming CHIRP data from CHIRP contractor facilities by August 2010. f) Modify the MASTER architecture to provide for user defined queue structures used to pass data between algorithms. g) Demonstrate the ability to provide software configuration management for several MASTER deployments to include the AAL, the Algorithm Development Lab (ADL) hosted at the Aerospace Research Center (ARC), and the Contractor Proprietary Lab (CPL) also hosted at the ARC. h) Provide MASTER hardware and software maintenance support through the life of the CHIRP mission. 2. The following capabilities shall be provided in support of SBIRS exploitation requirements for Space Awareness and Global Exploitation (SAGE) deployment: a) Provide validated HEO and DSP sensor simulation capability, including sensor optics, background clutter, and jitter modeling by July 2010. Modeling capability must currently exist to meet certification schedule and be validated and demonstrated against existing operational data. b) Provide sufficient wideband and product data simulation fidelity by December 2010 to meet Integrated Broadcast Service (IBS) and Theatre Event System (TES) certification of SAGE products in 2011. c) Demonstrate knowledge of ALL existing Overhead Persistent Infrared (OPIR) sensor pointing knowledge to tune SAGE line of sight algorithms to meet war-fighter needs by the close of calendar year (CY) 2010. Knowledge may consist of past performance in LOS algorithm development for each sensor, Algorithm Description Document(s) (ADDs), or source code. d) Demonstrate existing interface capability to Distributed Common Ground System (DCGS), Integrated Broadcast Service (IBS), Operational Migration Capability (OMC), Mission Control System (MCS), and Tactical Detection and Reporting (TACDAR). e) Demonstrate intimate knowledge of SAGE including the ability to modify and upgrade SAGE components and to incorporate new functionality; capability to include, but not limited to: tracker suite upgrades, missile parameter estimator upgrades, walker and Battlespace Awareness (BA) parameter estimator upgrades, client wideband and product display upgrades, manual operator track generation/manipulation/editing enhancements, manual event characterization override enhancements, and auxiliary data (weather, geographic info, etc.) display. f) Develop modular HEO wideband calibration algorithms within the AAL construct by Aug 2010. Calibration output must meet radiometric accuracies as stated in the ‘96 Operation Requirements Document (ORD) by Dec 2010. To accomplish program objectives and meet near-term program milestones, Offerors must be intimately familiar with the current ground segment efforts ongoing at the AFC for SMC/XR and SMC/ISSW as listed in paragraph 1 and 2 of this section. The Offeror must operate facilities at and employ personnel cleared with Secret, TS and TS/SCI. Statement of Capabilities Any interested Offeror that is capable of meeting the Government's requirements detailed in this notice must submit a Statement of Capabilities and Qualifications Statement to the technical and contracting POCs listed below by 1700 PST on 7 April 2010. Responses are limited to seven (7) pages with 1-inch margins using Times New Roman font no smaller than a font size of 12. The capability and qualifications statement will be evaluated solely for the purpose of determining the offeror's ability to meet the Government's needs described above and schedule. Consequently, the Government is primarily interested in as many specific technical details indicating how the offeror can meet the Government's needs and schedule. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for NAICS 541712 is 1,000 employees. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed below. Points of Contact Technical: • Capt Thomas Fulton, SMC/XRF (310) 653-9764 Thomas.Fulton@losangeles.af.mil • Lt Jonah Reeger, SMC/XRF (310) 653-9817 Jonah.Reeger@losangeles.af.mil Contracting: • Mr. Joseph Simonds Procuring Contracting Officer (PCO), SMC/XRC (310) 653-9072 Joseph.Simonds@losangeles.af.mil • Mr. Andrew Mitchell Contract Specialist, SMC/XRC (310) 653-9054 Andrew.Mitchell@losangeles.af.mil Contracting Office Address: Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center/XRC, 483 North Aviation Blvd, El Segundo, CA, 90245-2808
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/10-29/listing.html)
 
Place of Performance
Address: Aerospace Fusion Center - Schriever Air Force Base, Colorado Springs, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN02099341-W 20100325/100323234813-64040c93eb55964ef482b3c209ae1456 (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.