Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1997 PSA#1760

ASC/PKWR Area C Bldg. 1, Rm. 111, 1940 Allbrook Drive, Ste. 3, Wright-Patterson AFB, OH 45433-5309

B -- MASINT CONTRACT CEILING INCREASE POC For additional information, contact L. Cooper, Contract Negotiator, (937) 257-5666, Harry M. Oeters, Contracting Officer, (937) 257-2135. The National Air Intelligence center, Measurement and Signature Intelligence (MASINT) Exploitation Division (NAIC/DXD), Wright-Patterson AFB, Ohio is contemplating a contract modification to increase the ceiling of the existing contract number F33657-94-D-0048 by $50,000,000.00 to a revised ceiling of $99,000,000.00. The Contractor on this effort is Ball Aerospace and Technologies Corporation, 10 Longs Peak Drive, Broomfield, Colorado, 810021-2510. The contract provides a quick reaction capability in the development, upgrading, modification, integration, and maintenance of MASINT sensor data exploitation. In addition, this contract provides capability in the manipulation, integration, exploitation and analysis of MASINT collected by various remote sensing systems. MASINT currently includes but is not limited to Electro-Optical Intelligence (EOINT), Radar Intelligence (RADINT), Directed Energy Weapons Intelligence (DEWINT), Laser Intelligence (LASINT), Radio Frequency/Electro-Magnetic Pulse Intelligence (RF/EMPINT), Acoustic Intelligence (ACOUSTINT), and Materials Intelligence (MATINT). The contract requires that the Contractor maintain a facility within a fifty (50) mile radius of NAIC in order to permit rapid and economical exchange of technical information and to allow for immediate Contractor support at the NAIC facility during times of crisis. The majority of Contractor personnel are located at the NAIC facility at Wright-Patterson AFB, Ohio with the remainder of the technical personnel located at the Contractor's facility. Contractor personnel located at the Contractor's facility work at the Unclassified through Secret levels, and at times are required to work at the NAIC facility at higher classification levels as directed by the Government. The number of Contractor personnel required to work at either the Contractor's facility or the NAIC facility is subject to change as Government requirements change. Potential sources must provide in their response to this announcement the following information: (1). Evidence of previous experience in the majority of areas included in MASINT as described above; (2). Evidence of previous experience in processing and analysis of MASINT data; (3). Evidence of previous experience in design, development, and maintenance of processing and analysis software in the C and FORTRAN programing languages on both IBM and UNIX based platforms and workstations; (4). Evidence of general knowledge in the sciences and technologies of physics, opto-electrics, signal processing, communications theory, electromechanics, electronics, scientific programming, meteorology, avionics, mathematics, geophysics, and system networking; (5). Evidence of the ability to obtain TOP SECRET/SCI personnel and a facility in accordance with Industrial Security Manual (DOD 5220.22M) by contract award; (6). Demonstrate the ability to perform at least 51% of all work levied under the contract with existing assets or capabilities. All responses will be evaluated against the criteria listed in this announcement. Limit responses to fifteen (15) pages or less. Foreign participation on this contract is not authorized. Sources are requested to submit their responses within 15 days after the publication of this announcement. All respondents shall indicate whether they are large or small business in relation to SIC code 8711, size standard $25,000,000.00. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors, when potential offerors prefer not to use established channels to communicate their concerns. Potential offerors should use established channels to request ~~information, pose questions, and voice concerns before resorting to the Ombudsman. Potential offerors are invited to contact the ASC Ombudsman, Mr. Daniel Kugel, ASC/SY, 2475 K Street, Suite 1, Wright-Patterson AFB, OH 45433-7303, telephone: (937) 255-3855 with serious concerns only. Routine communication concerning this acquisition should be directed to Harry Oeters, Contracting Off~icer, or Lawrence E. Cooper, Contract Negotiator, at ASC/PKWRB, Building 1, Area C, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. See Note 22. (0009)

Loren Data Corp. http://www.ld.com (SYN# 0012 19970113\B-0005.SOL)


B - Special Studies and Analyses - Not R&D Index Page