|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493ESC/PKR, R&D Contracting Division, 104 Barksdale St., Hanscom AFB, MA
01731-1806 A -- DATA PROCESSING/MODELING CENTER FOR THE COM/NAV OUTAGE
FORECASTING SYSTEMS (C/NOFS) PROGRAM SOL PRDA # AFRL/VSB99-01 POC John
W. Flaherty, Division Chief, 781-377-2529; Dr. Gino F. Cascieri,
Contract Specialist, 781-377-2623; Dr. Frederick Rich, AFRL/VSBP,
781-377-3857. WEB: ESC Business Opportunities Web Page,
http://www.herbb.hanscom.af.mil. E-MAIL: Click Here to E-mail the POC,
gino.cascieri@hanscom.af.mil. PROGRAM RESEARCH AND DEVELOPMENT
ANNOUNCEMENT (PRDA # AFRL/VSB 99-01) entitled, "DATA
PROCESSING/MODELING CENTER FOR THE COM/NAV OUTAGE FORECASTING SYSTEM
(C/NOFS) PROGRAM". The Battlespace Environment Division, Space Vehicles
Directorate, Air Force Research Laboratory (AFRL/VSB) is interested in
receiving proposals to provide for the design, development and
implementation of the data processing/modeling center for the Com/Nav
Outage Forecast System (C/NOFS). The Air Force and the Department of
Defense require a system for real-time global specification and
forecasting of communication and navigation system outages due to
ionospheric disturbances (scintillations). The C/NOFS program is
designed to meet this need. The systems will consist of a 1) satellite
flying through the equatorial ionosphere, 2) associated ground
stations and 3) a data processing/modeling center to provide real-time
scintillation specification and forecasts from the satellite and
ground station data. The satellite communication andnavigation systems
used by the Air Force and by other Department of Defense agencies are
susceptible to outages due to ionospheric scintillations. At present,
there is no system to detect scintillations, except in a few, selected
locations, and there is no existing capability to predict the onset of
scintillations before they occur. The C/NOFS program is designed to
provide real-time, global specification of the outages due to
scintillations and to provide advance forecasts of these outages with
a 4-6 hour lead time. The C/NOFS satellite and ground stations will
collect data describing the state of the ionosphere and send these data
in near real-time to the data processing/modeling center (DPMC). The
DPMC will consist of off-the-shelf hardware, off-the-shelf and custom
software and interfaces to the AFRL/VSB lan and wan. The DPMC will be
located in the facilities of AFRL/VSB. The DPMC's function will be to:
1) receive the spacecraft and ground station telemetry, 2) archive the
telemetry, 3) convert the C/NOFS telemetry to useful physical
ionospheric parameters, 4) acquire and put into the local archive
(and/or establish links to) relevant data from other programs, 5) input
the C/NOFS and other physical parameters into ionospheric model codes
running on the DPMC computers, 6) use the output of the model codes to
produce the communication and navigation outage specification and
forecast maps, and 7) transmit the outage maps to approved users.
During the first year of the C/NOFS mission the telemetry data will be
stored at the rate of 80 kbits/sec and will be collected and forwarded
to AFRL/VSB 2 to 6 times/day over a high-speed data network. No elapsed
time limits will be placed on the execution of tasks 1-6 and task 7
will not be executed. After the first year, an additional 1-2 kbit/sec
real-time stream will be added to the telemetry and the execution of
tasks 1-7 will need to be performed continuously with a lag time no
longer than 10 minutes between task 1 and task 7. The major task under
this Announcement is the design, development and implementation of the
DPMC. Responders to the PRDA will be expected to address the issues of
designing the overall DPMC architecture and specifying the hardware
and software required to carry out tasks 1-7. Results of this research
and development will result in the improved robustness of Air Force
and DoD satellite communication and navigation systems. The Government
will provide all major off-the-shelf computer hardware and software
items, access to the AFRL/VSB computer networks and facilities for any
personnel who work directly with the DPMC. Such personnel must be
capable of obtaining a security clearance. For a nominal 57 month
effort, a contract will typically have four phases. Phase I, Initial
Design, approximately 12 months: Detailed design of system
architecture, identification of key hardware and software systems, and
small scale system tests. Phase II, DPMC Implementation, approximately
12 months, build the data center and write the necessary software,
fully test the entire system, Phase III, Operation, 33 months, full
scale operation of the DPMC with C/NOFS data stream as input and outage
specification and forecast products as output. Phase IV, Final Report,
3 months, describe work performed; prepare and provide required
documentation and data. BASIS FOR AWARD: Technical proposals will be
evaluated using the following factors, in equal importance, based on a
peer scientific review. (a) demonstrated technical and/or scientific
merit and its relevancy to current AFRL needs, including capabilities
and related experience, facilities, techniques, or unique combinations
of these which are an integral factor for achieving proposal
objectives, (b) impact of successful development on the performance of
space systems and AFRL mission, (c) new or unique ideas which enhance
state-of-the-art or scientific knowledge, (d) the qualifications,
capabilities, and experience of the proposed principal investigator,
team leader, and other key personnel who are critical to achievement of
the proposed objectives, (e) feasibility of accomplishing tasks. Cost
proposals will be evaluated using the factor of completeness,
reasonableness and realism. Technical considerations are more important
than cost, although cost will be considered a significant factor. No
further evaluation criteria will be used in selecting proposals.
Subject to the availability of funds, the Government reserves the right
to select for award any, all, part, or none of the proposals received.
DELIVERABLES WILL INCLUDE: (1) Scientific/Technical Reports, annually
and final (2) R&D Status Reports, quarterly (3) Contract Funds Status
Reports (required if effort greater $1M) (4) Computer Software Product
End Items -- (Software and Documentation) (5) Computer Hardware End
Items PROPOSAL PREPARATION INSTRUCTIONS: Responses must provide new and
unique concepts ideas, or approaches in order to qualify for evaluation
and consideration for award. Proposal shall be submitted in two (2)
parts: (1) Technical Proposal: The Technical Proposal shall include an
Executive Summary, Program Description, Program Plan, Milestone Chart,
Facilities and Equipment Description, Description of Relevant Prior
Work, Management Plan, and Resume of Key Individuals. The technical
proposal shall also include a Statement of Work detailing the technical
tasks to be accomplished under the proposed effort and be suitable for
contract incorporation. The Statement of Work shall include specific
requirements, if applicable, that the deliverable product will be year
2000 compliant per FAR Part 39. The technical proposal shall be
limited to twenty five (25), (12-pitch or larger type) single spaced,
double-sided, 8.5 x 11 inch pages. The page limitation includes all
information i.e, covers, indices, photographs, appendices, attachments,
resumes, etc. Each printed side counts as one page. (Caution: The
Government will not review more than the page limitation). (2) Cost
Proposal: There is no page limitation on the Cost Proposal. The Cost
Proposal should be valid for no less than 180 days and be broken out by
cost element and Government fiscal year. The Government encourages
submission of innovative and creative proposal to solve any one, all or
a combination of the problems discussed herein. Forward six (6) copies
of each proposal to ESC/PKR (Attn: Dr. Gino F. Cascieri), Bldg. 1520,
3rd Floor, 104 Barksdale St., Hanscom AFB, MA 01731-1806. The Space
Hazards Branch (AFRL/VSBS) has been assigned overall responsibility for
providing the necessary acquisition/technical management for this
program. Responses should reference PRDA #AFRL/VSB 99-01. QUESTIONS of
a TECHNICAL NATURE may be referred to Dr. Frederick Rich, 781-377-3857
(email: rich@plh.af.mil). CONTRACTUAL and COST QUESTIONS should be
referred to the CONTRACT SPECIALIST, Dr. Gino F. Cascieri, 781-377-2623
(email: gino.cascieri@hanscom.af.mil. Government estimate in total for
these contractual efforts is approximately twenty (20) man-years with
the largest single award anticipated to be approximately twenty (20)
man-years, period of performance not to exceed fifty seven (57) months
plus three (3) months for final report per efforts. Work is
anticipated to begin in the February 2000 time frame. Each contract
will be incrementally funded. The cost of preparing a proposal to a
PRDA is not considered an allowable direct charge to the resulting
contract or any other contract. It is, however, an allowable expense to
the normal bid and proposal indirect cost specified in FAR 31.205.18.
Proposals received in response to this announcement will be deemed in
accordance with the Competition in Contracting Act of 1984. Every
effort will be made to protect the confidentiality of the proposals. In
order that the proposals are afforded proper handling, offerors must
mark their proposals with restrictive language stated in FAR 15.509(a).
Offerors are cautioned that only Government Contracting Officers are
legally authorized to commit the Government. Firms responding should
indicate if they are qualified as a Small Business, HUBZone Small
Business, a Socially and Economically Disadvantaged Business, an 8(a)
Qualified Business or a Woman-Owned Business. Foreign or foreign-owned
offerors are not eligible to participate in this announcement.
Offerors are requested to provide a name and telephone number of point
of contact. An Ombudsman has been appointed to hear concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. The Ombudsman should only be contacted with issues or
problems that have been previously been brought to the attention of the
program manager and/or the contracting officer and could not be
satisfactorily resolved at that level. The Ombudsman does not
participate in the evaluation of proposals or in the source selection
process. The Ombudsman is Col Steven Sheldon, ESC/CX, 781-377-5106.
Closing date for submission of proposals is thirty (30) days from the
publication of this notice, the date of publication being day one (1).
In the event this date for receipt of offers falls on either a
Saturday, Sunday, or Federal holiday, the date of receipt of offers is
automatically extended to the immediate following Tuesday. See
Numbered Note (s): 26. Posted 12/08/99 (D-SN406985). (0342) Loren Data Corp. http://www.ld.com (SYN# 0009 19991210\A-0009.SOL)
A - Research and Development Index Page
|
|