Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481

HQ Space and Missile Systems Center (AFMC) SMC/CZK, 2435 Vela Way, STE 1613, Los Angeles AFB, CA 90245-5500

58 -- WORLD WIDE COMBAT SEARCH AND RESCUE (CSAR) COMBAT SURVIVOR AND LOCATOR (CSEL) SYSTEM SOL F04701-96-R-0004 DUE 011296 POC Contact: Mr. Sid Martin, Contracting Officer (310) 363-0371; Capt Rich Nolan, Contract Negotiator (310) 363-6999; Mr. John Spisak, Technical (310) 363-5717. The US Air Force anticipates acquiring a CSAR CSEL system by competitive acquisition. The CSEL system must provide, at a minimum, the following capabilities: a) accurate survivor geolocations; b) one-way Over-The-Horizon (OTH) communication from the survival radio to Joint Service Rescue Centers (JSRCs) with a success rate of 85 percent using existing government UHF (225-400 MHz) satellites with a threshold coverage equal to a nominal theater of operations; c) OTH data communications with characteristics that minimize vulnerability to brute force and semi-intelligent interceptors through use of Low Probability of Intercept/Detection (LPI/D) techniques; d) two-way line-of-sight (LOS) voice communication between the survivor and the CSAR recovery forces using existing or programmed capabilities of existing CSAR recovery forces; e) ability to pass and display survivor data directly into standard warfighter command, control, communications, computer, and intelligence (C41) systems as envisioned by the ''C4I for the Warrior Concept''; f) certification by the Joint Interoperability Test Command; and g) a survival radio that 1) does not exceed dimensions of 15.875 cm x 7.62 cm x 3.81 cm; 2) does not exceed a weight of 784 grams (with power supply); 3) the ability to receive and transmit geopositioning data and JSRC messages in 30 minutes or less over a 4 day period, given a duty cycle of 24 transmission data bursts (less than 1 sec) and 24 geoposition updates per day, 15 minutes of LOS voice transmission and reception at the 95 hour point; 4) is able to operate globally in all environmental extremes; and 5) provides navigation capability using waypoints and guidance. The Air Force plans to acquire a CSEL system through a competitively awarded Engineering and Manufacturing Development program. The EMD program will develop a final CSEL system design for production hardware in the second quarter of FY 97. The EMD contract will include parallel cost-benefit analyses of CSEL survival radi designs and system life cycle cost impact for incorporating the program objectives. The EMD contract will include three not-to-exceed options for production. Option I - 500 units to be awarded July 97, first delivery 2nd quarter FY98. Option II - 1,000 units to be awarded Oct 97, deliveries complete 2nd quarter FY99. Option III - 2700 units to be awarded Oct 98, deliveries complete 2nd quarter FY00. The total projected Air Force requirements through 2001 is 9,900 units. The potential production quantities for all users is greater than 40,000 units. An Electronic Bulletin Board System (EBBS) is in place to provide more timely and frequent communications concerning this acquisition. Potential offerors may request a password to access the electronic bulletin board via modem for the latest CSEL information. Request for password information or questions should be addressed to the Contracting Office at 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500 or call Ms. Maxine Chandler at (310) 363-6533. The Air Force will host a presolicitation conference for potential offerors at Los Angeles Air Force Base, CA on 06 Dec 95. The purpose of the conference is to provide interested sources a detailed briefing on CSEL program objectives and acquisition schedules. A portion of the briefing will be classified at the SECRET level. In addition, a classified informational briefing on the COBRA wave form will be available (classification SI/TK). Contractors interested in attending the conference should contact Capt Jill Stiglich, (310) 363-3214 or Capt Rich Nolan, (310) 363-6999 with a list of attendees and clearances. Visit requests and security clearances must be received at SMC/SPV, (310) 363-2675, prior to conference attendance. Interested parties are invited to submit a statement of technical capabilities which includes the following information: 1) Company name, mailing address, points of contact and telephone numbers, 2) business size classification, Large, Small, or Other, 3) experience in small/survival radios or similar technologies, and 4) the facilities to work at the appropriate security level. Send your capability statements to SMC/CZK (ATTN.:Sid Martin), 2435 Vela Way, Suite 1613 Los Angeles AFB, CA 90245-5500. Packages must be received by SMC/CZK no later than 6 Dec 95 (may be delivered by presolicitation conference). This acquisition is intended to fulfill urgent operational requirement. The government intends to pursue full and open competition; however, it is imperative that the government meet the acquisition schedule. Interested offerors must submit Statements of Capabilities (SOC) which clearly show that they are qualified to perform this effort. In the event sufficient sources are not available to conduct a full and open competition, the government may pursue limited competition. The government will evaluate the SOC and provide limited feedback to the source prior to RFP release. RFP release is scheduled for approximately 12 Dec 95; proposals will be due appproximately 11 Jan 96; and contract award is anticipated by mid-Fed 96. Offerors are encouraged to propose innovative solutions, both development and non-developmental. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendation to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the sources of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman, Mr. Leslie Bordelon, can be reached at (310) 363-3818. (0333)

Loren Data Corp. http://www.ld.com (SYN# 0335 19951130\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page