Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 20, 2001 PSA #2897
SOLICITATIONS

B -- SPECIAL STUDIES AND ANALYSIS -- NOT R&D

Notice Date
July 18, 2001
Contracting Office
USA Robert Morris Acquisition Center, Yuma Proving Ground Contracting Division, ATTN: AMSSB-ACY/Bldg. 2100, Yuma, AZ 85365-9106
ZIP Code
85365-9106
Solicitation Number
DATM0701R0006
Response Due
August 8, 2001
Point of Contact
Jacque Phillips, Contract Administrator, 928 328 6903 DSN 899 6903
E-Mail Address
ann.sanchez@yuma.army.mil (jacque.phillips@yuma.army.mil)
Description
US Army Yuma Proving Ground (YPG), AZ has a requirement for research, development, test and evaluation of aviation, airdrop, ground combat, artillery, and automotive systems. These systems involve a tightly integrated mission equipment package and state-of-the-art (SOTA) technology for guidance, navigation and control in support of the USAYPG mission. This is a 100% small business set-aside under SIC 3663/NAICS 33422. This is a synopsis for commercial, Subpart 12, as supplemented with additional information included in this notice. Award will be made based on proposals in responses to this synopsis using Best Value criteria set forth on the web page cited below. A pricing schedule will also be made available at the same website. The Statement of Work (SOW) is as follows: Background: YPG supports the research, development, test and evaluation of aviation, airdrop, ground combat, artillery, and automotive systems. These systems involve a tightly integrated mission equipment package and SOTA technology for guidance, navigation and control. The test efforts necessitate thorough understanding of technology of Global Positioning System (GPS) and advanced navigation systems. In addition, range instrumentation systems used in execution of YPG's mission often utilize GPS technologies for precision positioning and/or timing. Therefore, YPG requires expertise in the area of GPS and navigation systems technologies. This effort is to obtain necessary expertise in these technology areas to support YPG's test mission and development of advanced instrumentation systems. The Contractor shall provide personnel and expertise necessary to provide services. Services shall encompass but not be limited to the following services: 1. GPS development and test efforts at YPG shall consist of the following: The Contractor shall be responsible for maintaining up-to-date requirements for the application of GPS-based instrumentation systems, conducting research necessary to remain on the leading edge of GPS instrumentation systems and their application to range instrumentation or operational navigation systems. These efforts may include application of GPS radio frequency countermeasure applications. 1.1. INTEGRATION AND TEST EFFORTS: When tasked, you will (a) Attend instrumentation working groups for test programs requiring applications of GPS related instrumentation systems or data acquisition systems. Develop instrumentation development and/or integration plans. Customize GPS instrumentation systems for application to a particular test item. Adapt the GPS instrumentation data recorders to facilitate data collection of other system parameters (for example accelerometer data, parachute riser force data, temperature sensors/barometric sensors). (b) Review instrumentation technologies and available commercial/government systems required for obtaining air trajectory data, identifying SOTA GPS hardware/software suitable for YPG use. (c) Develop Instrumentation plans, airworthiness release documentation and other related test documentation as requested by test director for assigned test programs. (d) Support operations and maintenance of the Improved Vehicle Tracking System (IVTS) and related test instrumentation until final operational capability of IVTS is determined by the COR. (e) Train range support personnel in operations of the IVTS. Training shall encompass, at a minimum, theory of operations, system setup/initialization, operations, troubleshooting and data reduction. 1.2. IVTS ENHANCEMENTS: (a) Support continued development and expansion of YPG GPS IVTS. Maintain currency on data acquisition and navigation system SOTA technologies. Provide recommendations to continually sustain and enhance IVTS and other GPS-based instrumentation systems. Integrate additional sensors into IVTS instrumentation suite as necessary to augment IVTS data collection efforts. Evaluate system performance through a series of government approved laboratory and field tests of the modified configuration. Document configuration changes and performance of modified systems. (b) Support precision airdrop application of modified IVTS instrumentation systems to the guidance, navigation, control of parachute and other dynamic systems. IVTS equipment will be integrated with YPG Rapid Prototyping and Flight Test Station (RPFTS) and will serve as the on-board data acquisition system and interface with test item control actuators. A down-link of captured test item state information is required in addition to on-board recording. The sys shall also be adapted to function as an autonomous GNC computer independent of RPFTS. 1.3. SPECIAL STUDIES: Engineering investigations are required to evaluate application of the IVTS to solve unique aerodynamic problems with rotary wing aircraft, missile systems and parachute systems. In addition, assessments are required to ensure IVTS and other GPS instrumentation systems are kept current with GPS system changes. The following studies are required and shall be executed by the Contractor as directed by the COR. (a) Study the ability of IVTS to be applied to flight dynamics evaluations of rotary wing aircraft, missile systems and parachute systems. Study will encompass a review of operating environment and electro-mechanical installation of the system and identification of any operating limitations of IVTS. Assess methodologies for extracting aerodynamic parameters data obtained from IVTS as well as other sensor information. Provide recommendations on implementation of estimation techniques to predict/minimize sensor errors. (b) Assess the requirements for TSPI data collection in a GPS jamming environment. Apply expertise of IVTS and other GPS technologies toward development of a YPG GPS jamming test capability. Fabricate a prototype jamming system and provide recommendations for its operation. (c) DoD is investigating modifications of overall GPS design to maximize its effectiveness in combat situations while maintaining the accuracy for non-military users outside the theatre of operations. The Contractor shall evaluate proposed changes and provide recommendations for modifications to YPG's GPS instrumentation base. (d) Provide technical expertise on GPS and navigation systems to Aerodynamic Decelerator Systems Research Center, jointly managed by YPG, Naval Postgraduate School and Natick Soldier Center. Attend meetings for discussion/review of research initiatives. Provide recommendation on these initiatives focusing on development and integration of precision guidance, navigation and control systems. 1.4. TEST PLANNING AND EXECUTION EFFORTS: As a minimum, the contractor shall support commodity divisions in test execution and planning efforts by providing recommendations for application of instrumentation resources in evaluation navigation/guidance systems. Tasks shall include: (a) Review test plans/procedures for evaluation of navigation/guidance systems. Specifically, review and provide recommendations on meeting performance evaluation goals of specific systems. (b) Develop detailed test procedures for application of GPS-based and other YPG trajectory instrumentation to meet evaluation goals of specific systems. (c) Assist in execution of testing systems to include monitoring test activities and systems/instrumentation performance. (d) Evaluate test data to provide an assessment of the quality of data and system performance under test. Provide written reports for incorporation into YPG test reports. (e) Monitor performance of GPS-based instrumentation systems: Contractor shall provide recommendations for quality control methodologies of YPG trajectory and related instrumentation systems and implement YPG approved performance monitor efforts. The efforts include real-time and post-flight analysis of instrumentation system performance. This task will necessitate analysis of performance data of systems under test to isolate potential instrumentation systems problems. 2. MANAGEMENT DUTIES. The contractor shall be responsible for performance of all services and management of these services as delineated below. 2.1. The end item to be delivered by the Contractor shall consist of, but shall not be limited to written reports which may contain graphs, charts, matrices and schematics. The resultant deliverables shall be the result of the requirements and tasks cited herein. Each report shall contain appropriate background information, decision making rationale, a synopsis of results, risk assessments and a firm recommendation and/or direction in addressing advanced technology in relation to the tasks herein and other general technology issues. 2.2. The Contractor shall typically perform contract services from their office location(s) at YPG or off-site. 2.3. Contractor personnel shall be available to hold discussion with Government technical personnel. Discussions shall include feasibility of issues pertaining to certain technological areas in terms of GPS technology in range automation and advise Government in identifying the most suitable possibilities or candidates review based results of prior tasks herein. 2.4. Reporting Requirements: Contractor shall submit bi-weekly reports indicating the hours expended for each effort as well as utilization reports of equipment used during the test program execution. Contractor format is acceptable, but reports must include, at a minimum: a) name of the effort, b) YPG job order number to be charged (provided by the test director for test support efforts), c) hours worked, d) material/travel costs required for each effort, and equipment utilization. In addition, a quarterly status report is required to document the effort made on each test and development effort. End of SOW. FAR Clauses/Provisions applicable to award are: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.215-5 Facsimile Proposals; 52.247-34 FOB Destination, 52.216-19 Order Limitation; 52.216-21 Requirements; 52.217-8 Option to Extend Services; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Payment may be made via Government Visa Card. Direct all technical questions in writing to jacque.phillips@yuma.army.mil to J. Phillips 928-328-6903 fax 6849. Your proposal shall include legal company name, mailing address, POC, phone/fax, Email address, business size, DUNS number, CAGE code, Tax ID number and Contractor certifications IAW commercial item clause above and pricing information. Facsimile or Email your proposal to Ms. Phillips NO LATER THAN 4:00 PM, MST, 08AUG2001. See Note 1.
Web Link
http://www.yuma.army.mil/contracting/rfp.html (http://www.yuma.army.mil/contracting/rfp.html)
Record
Loren Data Corp. 20010720/BSOL012.HTM (W-199 SN50S2S7)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on July 18, 2001 by Loren Data Corp. -- info@ld.com