Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOURCES SOUGHT

99 -- Mission Rules verification System

Notice Date
7/12/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-11-Q-B030
 
Point of Contact
QueShanda L. Newton, Phone: 3214940449, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
queshanda.newton@patrick.af.mil, linda.penuel@patrick.af.mil
(queshanda.newton@patrick.af.mil, linda.penuel@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541990. The size standard is $7.0 mil. Patrick Air Force Base anticipates a competitive acquisition to provide Range Data Simulator and command system emulator for MRVS Phase II from ENSCO "brand name or equal" to include: • The data simulator must be capable of real-time data simulation of multiple Eastern Range tracking sources including, but not limited to, TRSB (i.e., telemetry data) for Delta IV, Atlas V, STS, Trident D5, Delta II and Falcon 9; Optics solution, Radar (HDD formats 0, 11 and 6), Posip and TGRS. • Output from the data simulator needs to emulate the outputs of the Eastern Range Safety Display Systems to include 1) Distributed Range Safety Processing System (DRSD) Front End Processors (FEP) and 2) Flight Operations Version 1 (FOV-1), Front End Processors (FO-FEP) • Simulated instrumentation tracking data must be based on vehicle trajectory data created by an included launch vehicle flight simulator having the capability to create, ingest and modify flight vehicle trajectory data in the form of time, position (3 axis), velocity (3 axis) and, as an objective, attitude (pitch, yaw and roll). Optimally, the vehicle flight simulator would be integrated into the data simulator, although that is not a requirement. • An integrated Command Destruct System (CDS) emulator is also necessary. The CDS emulator should have the ability to "transmit" TEST, ARM, DESTRUCT and SAFE commands in a fully integrated fashion with the data simulator, such that data from the real-time data simulator is updated, in real-time, based upon CDS emulator actions taken by the trainee. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineated between the work that will be accomplished by the prime and the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities packages by mail to 45 CONS/LGCB, ATTN: Q. Chira Newton, Bldg 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. Responses may also be submitted via fax to ATTN: Q. Chira Newton, 321-494-5136 or be e-mailed to Queshanda.Newton@patrick.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 22 July 2011 @ 1200PM EST. Direct all questions to the attention of Chira Newton at (321) 494-3938.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-11-Q-B030/listing.html)
 
Place of Performance
Address: 1201 Edward H. White II Street, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02496472-W 20110714/110712235328-a2aad2a415e0df7f87bac587b8e7d094 (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.