Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
ANNOUNCEMENTS

D -- AIR FORCE SPACE APPLICATIONS PROJECT OFFICE CALL FOR = CONCEPTS

Notice Date
June 12, 2001
Contracting Office
Department of the Air Force, Air Force Space Command, 50 = CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, = 80912-3049
ZIP Code
80912-3049
Description
Description (Second Posting-first was lost during system's = software change over.) AIR FORCE SPACE APPLICATIONS PROJECT OFFICE CALL FOR CONCEPTS SYNOPSIS = SAPO-FY02-C4C-02. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. = THIS IS NOT A REQUEST FOR PROPOSALS. REQUESTS FOR A SOLICITATION WILL = NOT BE ANSWERED. General Information Document Type: Special Notice, = Solicitation Number: Reference-Number-SAPO-FY02-C4C-02, Posted Date: 25 = May 2001, Response Date 22 June 2001, Classification Code: SP- Special = Notice. Contracting Office Address: Department of the Air Force, Air = Force Space Command, 50 CONS/LGCZB, 300 O?Malley Ave, Ste 49, Schriever = AFB, Co 80912-3049. The Air Force Space Applications Project Office = (SAPO) is conducting an air and space technical survey of advanced = concepts, capabilities, technologies and approaches that will improve = integrated electronic warfare (EW) and intelligence, surveillance and = reconnaissance (ISR) capabilities for 21st Century combat operations. = The goal of this survey is to identify, assess and evaluate advanced = operational and technical concepts, hardware and software technologies = and methods to rapidly detect, characterize, locate and report data = and/or information on advanced threat emitters to command and control = (C2) and strike decision makers during high tempo planning, execution = and strike operations. The survey is designed to focus an initial = capability design, prototype development, integration, demonstration = and limited production effort during the FY 02-07 timeframe. Total = system life cycle sustainment will be of high interest. Advanced = technologies of interest includes conformal, light weight, broadband = and high gain antennas; high gain, broadband and low noise amplifiers; = wide-bandwidth, high gain, wide dynamic range and light weight = receivers; smart software algorithms that are capable of rapidly = identifying, characterizing and locating advanced types of radar = modulation; accurate clock time; and advanced communications that will = aid an EW and ISR system to infiltrate and exfiltrate geolocation, = angle of arrival (AOA) and pulse descriptor word (PDW) data that aid an = analyst or automated system locate, characterize, report and/or apply = timely threat information during dynamic combat operations. The = planned application of these capabilities dictate that they satisfy the = form, fit and function of collection and processing systems installed = and operating on or interfacing with today?s multiple strike and ISR = platforms. The bottom line goal is to field cost effective EW and ISR = support capabilities that will help overcome any adversaries attempt to = defeat the efficiency and effectiveness of our ISR, EW and C2 systems = through the introduction and use of state-of-the-art modulation and = emission control technologies, techniques, tactics and procedures. The = initial application of the planned technology will be installed in a = pod flown on a strike fighter in a multiple collection platform = operating configuration. The Government reserves the right to select = the contractor and contract vehicle to satisfy the best interest of the = Government. If your submission will contain proprietary or classified = information, contact Capt John Allison at = John.Allison@schriever.af.mil. Otherwise send your submissions to: = Richard Smith, Phone (719) 572-1165, E-mail rpsmith@pcisys.net , c/o = Information Technology Applications Corporation, 1915 Aerotech Dr, = Suite C, Colorado Springs, Co 80916 Government supporting contractors will assist in evaluating concepts = submitted. Appropriate Organizational Conflict of Interest agreements = exist between these contractors and the government per the FAR. = Appropriate non-disclosure agreements and organizational conflict of = interest agreements will be executed for any submissions selected for = implementation. The government will not reimburse submitters for the = costs incurred to develop submissions.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFSC/50CS/SAPO-FY02-C4C-02-2/listing.ht= ml)
Record
Loren Data Corp. 20010614/SPMSC001.HTM (D-163 SN50O7G5)

SP - Special Notices Index  |  Issue Index |
Created on June 12, 2001 by Loren Data Corp. -- info@ld.com