Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 1995 PSA#1326

AFDTC/PKZB, 205 West D. Avenue, Suite 428, Eglin AFB FL 32542-6864

D -- D-GRDCUS SOFTWARE ENGINEERING SERVICES SOL F08635-95-R-0032 DUE 052695 POC Patricia Ellis, Contracting Specialist, or Joyce Hefferman, Contracting Officer, at (904) 882-4603. 17. Sources are being sought for a recompete of an existing contract to provide to the 96 Communications-Computer Systems Group, AFDTC at Eglin AFB, FL software engineering services to support the continuing enhancement and maintenance of the Gulf Range Development Upgrade System (CRDCUS) including the GRDCUS Mobile Control System (GMCS), the Multi-Object Tracking and Control System (MTACS), the implementation of Global Positioning System (GPS) into GRDCUS and MTACS. GRDCUS includes the command and control of up to four drone aircraft (BQM34A, QF106, QF4 and MQM107E) during launch, single and formation flight and recovery, and the tracking of four shooter aircraft, four missiles and two other aircraft type. The tracking and/or control of all aircraft will be through ground stations or four airborne relays. The GRDCUS computer hardware system consists of a IBM RISC 6000 workstation network connected via a dual token ring and Data Link Subsystems built by IBM Corp for the ground and airborne stations. MTACS is based on the GRDCUS datalink and is installed and operated at the Central Control Facility at Eglin AFB. MTACS presently utilizes the CCF network of Digital Equipment Corporation (DEC) VAX 8600 computers. MTACS has the capability to track aircraft and track and control ground vehicles utilizing the GRDCUS datalink and GPS for position data. MTACS will be ported to the GRDCUS development system which is network of 12 IBM RISC 6000 workstations. A five year effort consisting of a basic year and four one year options is contemplated. This support will require five contract software engineers experienced in the software systems associated with GRDCUS, the Eglin Real Time System, the GMCS and GPS. Specifics of this effort are: (1) develop, install, integrate, test and document GRDCUS and MTACS real time software, analysis software and data reductions software, (2) support MTACS software development, installation, integration, test, operation and documentation, (3) support GRDCUS analysis software development and documentation with emphasis on drone control and distance measuring equipment (DME) navigation, (4) develop real time graphics software using ANSI standard graphics, (5) develop software to test GPS equipment as interfaced to the GRDCUS datalink instrumentation, (6) develop and maintain software for specific QF106, QF4, BQM34A and MQM107E applications for GRDCUS, (7) develop software for the integration of the QF-4 into GRDCUS and Drone Formation Control System at White Sands Missile Range, NM, and (8) develop and maintain software for the GRDCUS Mobile Control System. Firms are invited to submit a complete description of their capabilities to satisfy the software engineering, implementation and analysis requirements in support of GRDCUS in order to determine acceptability as a potential source to fulfill the above described acquisition requirement. Information submitted should be pertinent in the following technical areas and include specific previous experience with the GRDCUS concepts, hardware and software: (1) precise location of multiple objects using GRDCUS multi-lateration hardware and software, (2) real time graphics and control using the Eglin Real Time system the Eglin Universal Graphics Language Equivalent (UGLE) graphics software and Programmer's Hierarchical Interactive Graphics Software (PHIGS), (3) drone control algorithms for the BQM34A, QF106, QF4 and the MQM107 including launch, recovery, formation flight, aircraft evasion maneuvers, (4) multiprocess real time environment using IBM RISC 6000 workstations, and (5) the design and implementation of testing techniques and analysis tools to verify GRDCUS/MTACS/GPS/GMCS capabilities. Contractors responding must indicate whether they are or are not a Small Business concern or Small Disadvantaged Business concern as defined in FAR 52.219-1 and 52-219-2, respectively. The Air Force reserves the right to consider a Small Business Set-Aside based on responses hereto. For information concerning technical aspects contact 96 CCSG/SSAC, Jane Colee, 904-882-2016. For contractual information, contact Patricia Ellis, AFDTC/PKZB, 904-882-4603. Replies to this synopsis must be in writing forwarded or faxed to AFDTC/PKZB, Attn: Patricia Ellis, 205 W D Ave Suite 428, Eglin AFB FL 32542-6864, within 15 days from publication of this notice in the CBD. Fax number is 904-882-9685. Respondents to this notice will not be notified of the results of the evaluation of information submitted. This synopsis is for information and planning purposes only, does not constitute an IFB or RFP and is not to be construed as a commitment by the Government. After statements of capability have been screened, a solicitation will be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the potential of successfully fulfilling the requirements of the planned contract. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. This requirement may be pursued sole source if the Air Force determines that only one source is capable of satisfying the requirements. Col Dennis VOSS, 904-882-5966, or E-Mail address, VOSS@Eglin.AF.MIL., has been appointed by the AFDTC Commander to hear offerors' or potential offerors' confidential concerns, if any, regarding this acquisition. His purpose is not to replace the technical staff or contracting officer but to serve as an honest broker and communicate any contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. (0103)

Loren Data Corp. http://www.ld.com (SYN# 0045 19950414\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page