Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- RESEARCH AND DEVELOPMENT OF ELECTROMAGNETIC SYSTEMS SOL 1-082-RDH-1069 DUE 110100 POC Donna S. Settles, Contract Specialist, Phone (757) 864-1358, Fax (757) 864-9774, Email d.s.blanding-settles@larc.nasa.gov -- David H. Jones, Contracting Officer, Phone (757) 864-2421, Fax (757) 864-8863, Email D.H.JONES@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-082-RDH-1069. E-MAIL: Donna S. Settles, d.s.blanding-settles@larc.nasa.gov. NASA Langley Research Center plans to issue a Request for Proposal (RFP) for research, design, development, and analysis of electromagnetic and electro-optic systems, components, and materials necessary to meet the challenges of tomorrow's aerospace industry. Some of the current programs that the resultant contract may support include Terminal Area Productivity, Aviation Operations Systems, and Synthetic Thinned Array Radiometry Technology. Additionally, the Aviation Safety Program is requesting research on the detection of atmospheric hazards to aircraft, investigation of the distribution of weather information to aircraft and the aviation infrastructure, and research into the development of synthetic vision for aircraft. The contractor shall perform a variety of tasks defined through the issuance of task orders. Each task order will consist of its own statement-of-work, deliverables, period of performance, and performance metrics that will be used to evaluate the contractor's performance and will be the basis for determining the portion of the fee to be provided. Tasks may require the contractor to conduct research, design/develop systems, integrate systems, perform analysis, conduct field operations, perform testing, and/or document and report results. The contractor shall provide all necessary personnel, facilities, computers, and office equipment necessary to conduct research and carry out normal business operations. Tasks will be assigned in five areas: Electromagnetic Theory and Analysis, Electromagnetic and Electro-Optic Systems, Advanced Signal/Data Processing, Real-Time/Embedded Systems, and Civil Aviation Applications for Avionics and Sensor Technology. Tasks in Electromagnetic Theory and Analysis will be associated with topics that are generally related to reflectivity, scattering, wave propagation, antennas, and radomes. Tasks in Electromagnetic and Electro-Optic Systems encompass investigation of a variety of sensor and instrument technologies for applications in aviation and remote sensing. These technologies include but are not limited to radar, lidar, infrared (IR) and radio frequency (RF) radiometers, and reflectometers/scatterometers. The principle areas of interest in aviation are safety- and operations-related. For aviation safety, sensor systems for atmospheric phenomena, hazardous weather, lightning detection, and object detection will be investigated. Tasks in Advanced Signal/Data Processing include investigations of signal and data processing that will be conducted in order to develop and implement means for the analysis and reduction of sensor data. Tasks in Real-Time/Embedded Systems include the investigation, development, and integration of real-time/embedded systems that will be conducted to provide implementations of signal and data processing for sensor data systems. The development of embedded systems is generally in support of other research goals where a prototype system is required and may involve/integrate control systems, data recording systems, and displays that may be separately developed to support sensor testing and sensor applications. Tasks in Civil Aviation Applications for Avionics and Sensor Technology are concerned with the application of sensor technology and sensor information in the arena of civil aviation to improve safety and operations. Work in this task area will be based on a knowledge of current avionics, sensor systems, aviation operations and procedures, and communications and will seek solutions that improve the civil aviation system. Investigations will include but not be limited to new sensor applications, improved sensor capabilities, multifunction sensors, sensor information and displays, standards, and certification procedures and processes. A detailed Statement of work will be provided with the Draft RFP. The Government intends to award a Cost Reimbursement Incentive Fee contract. The anticipated Basic period of performance is March 1, 2001 through February 28, 2006. A recommended small disadvantaged business subcontracting goal of 8 percent of the contract value has been established for this procurement. The government intends to conduct this procurement utilizing Full and Open Competitive Procurement Procedures. The proposals submitted in response to the RFP will be evaluated using Best Value Selection (BVS) Procedures. All questions or comments should be received well in advance of the Proposal due date to allow the Government time to review and respond to them. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. This procurement is a NOT a small business set-aside. The SIC Code and Size Standard are 8731 and 1,500 employees, respectively The DPAS Rating for this procurement is DO-A1. The provisions and clauses in the RFP and model contract are those in effect through FAC 97-18. All qualified responsible sources may submit an offer that shall be considered by the agency. The anticipated release date of the RFP is on or about October 1, 2000, with an anticipated offer due date of or about November 1, 2000. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LaRC Business Opportunities home page is http://procurement.nasa.gov/EPS/LaRC/class.html Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/13/00 (D-SN474532). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0006 20000717\A-0006.SOL)

A - Research and Development Index  |  Issue Index |


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com