Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS

R -- INTEGRATE THE TARGET-WAKE CAPABILITY INTO TAWS

Notice Date
August 30, 2001
Contracting Office
Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
ZIP Code
92152-5112
Solicitation Number
N66001-01-Q-3280
Response Due
September 5, 2001
Point of Contact
purchasing Agent, Ms. Gina D. Bennett, 2212, (619) 553-5208. Contracting Officer, Ms. Sylvia Proffit, 2211, (619) 553-3292.
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13. No RFQ will be prepared or made available. The Government intends to award, on a Sole Source basis, an order to Logicon TASC in accordance with the below statement of work. STATEMENT OF WORK. Integrate the Target-Wake Capability into TAWS. Paragraph 1.0. BACKGROUND. The Target Acquisition Weather Software (TAWS) is a multi-service (Army, Air Force, and Navy) aviation strike warfare tactical decision aid. For a given weather forecast, TAWS predicts the performance of aircraft electrooptical sensors against various targets. TAWS is a multimillion-dollar tri-service effort that began in the mid 1990s. TAWS is currently in fleet operation with current development work directed to version 4.0. TAWS was originally developed under direction of the Air Force Research Laboratory (AFRL) and this task is part of an accelerated effort to make this Air Force product more suitable for the Navy by adding or upgrading marine targets and backgrounds. Paragraph 1.2. Of particular interest to this task is upgrading TAWS to make detection range calculations that include wake effects for moving ocean targets. The current versions of TAWS output only detection range and without considering wake effects. The problem is complicated by the fact that version 4.0 will output identification, recognition, and lock-on ranges, besides detection range. Since identification, recognition, and lock-on ranges concentrate upon the target silhouette, wake effects need to be ignored for these instances, while being included for detection range calculations. This means changing the method TAWS uses to calculate these ranges while maintaining reasonable speed for the user. Therefore, the main goal of this task is to modify TAWS to accommodate new targets that include wake effects using the most efficient means available. Paragraph 1.3. The research, design, and development of the new ship targets that include wake effects are a separate task. This task is to make these new targets being developed usable in TAWS. Paragraph 1.4. This task requires detailed knowledge of the TAWS design and especially the new graphical user interface (GUI) currently being designed for version 4.0. Also, this task must be coordinated with the overall TAWS development, scheduling, and configuration management. It is therefore likely this task will be sole-source to the contractor already in place by the Air Force from previous competitive sourcing. Paragraph 2.0. SCOPE. Paragraph 2.1. Several steps are necessary to account for wakes in TAWS. First, the IR model will be updated to call the new MuSES (Multi-Service Electro-optic Signature) target-wake models. For this task, it is assumed that no new input parameters are necessary for MuSES. MuSES already receives target speed, target heading, wind speed, wind direction, and sea surface temperature from TAWS. MuSES will obtain the necessary additional parameters from the target TDF data file or set them to default values. Paragraph 2.2. As necessary, the TAWS IR and Sensor Performance models will be modified to call a new TDFIO function to pass and retrieve parameters to determine temperatures and apparent areas that include wake "elements", or facets in addition to the standard target elements. The output parameters will compute delta T for the target plus its wake against the water background, in addition to the standard delta T for the target (without the wake) against the water background for ranges other than detection range. It is assumed that the water background temperature can be used as-is from MuSES, and will not be modified in TAWS to include far wake elements. Paragraph 2.3. The TAWS IR model will be modified to compute detection range for the target plus its wake against the water background. It is assumed that lock-on range, recognition range, and identification ranges will be computed only for the target (without the wake) against the water background. Paragraph 2.4. Finally, the TAWS graphic and tabular output products will be annotated as necessary to indicate that detection ranges are for the target plus its wake. It is assumed that MuSES and an accompanying TDFIO function library, both enabled to support wakes, will be provided as government furnished equipment/materials/software (GFE). Paragraph 3.0. TECHNICAL REQUIREMENTS. Paragraph 3.1. A software requirements document shall be provided for this task, either separately or as part of the overall requirements document for TAWS version 4.0 at the choice of the contractor. Paragraph 3.2. A design document for this task shall be provided that includes the high-level design and changes to TAWS as part of a design review. Technical descriptions and algorithms shall be included as needed to clarify the design approach. Paragraph 3.3. The developer shall provide monthly status reports by email. Paragraph 3.4. User instructions and help files in TAWS version 4 shall be updated to include the upgrades and changes of this task. Paragraph 3.5. The developer shall provide a modular fully tested computer code integrated and implemented in TAWS Version 4 to support the design. The model will maintain runtimes as short as possible while not degrading the present overall accuracy of TAWS. Paragraph 3.6. The software modifications and modules for this task shall meet the same requirements as the rest of TAWS version 4.0 in terms of DIICOE and Year 2000 compliance levels. Paragraph 3.7. The developer shall demonstrate the software for acceptance at least one month prior to scheduled release to the fleet. Paragraph 3.8. The source code shall be considered property of the government and provided to the government contracting agencies upon request. Paragraph 3.9. The developer shall provide technical problem support and bug fixes for six months following final acceptance of software. Paragraph 4.0. GOVERNMENT FURNISHED EQUIPMENT/MATERIALS. The necessary target files and subroutines that model the wake effects are being developed under separate contract and shall be provided as GFE for this task. However, many subtasks related to this contract can be performed prior to receiving the final GFE software. Paragraph 5.0. TRAVEL. None. All reviews, meetings and acceptance of deliverables will be done via teleconference, Internet or by visits to the place of business of the contractor by government sponsors. No contractor travel is required for this task. Paragraph 6.0. OTHER. Paragraph 6.1. Security: Unclassified. The deliverables for this task are Unclassified. However, it is possible that some target input files provided as GFE may be classified Secret and will be handled accordingly by the contractor. Paragraph 6.2. Place of Performance: 100% contractor-owned facilities. Paragraph 6.3. Inspection and Acceptance: Technical Representative is: Mr. Charles P. McGrath, SPAWAR Systems Center, D858,49170 Propagation Path San Diego, CA 92152-7385, 619) 553-1416, DSN 553-1416, FAX 553-1417, mcgrath@spawar.navy.mil. Paragraph 6.4 Completion: Estimated at 6 months after date of award. Facsimile quotations may be sent to (619) 553-1062. Numbered Note 22 applies, however, all offers received within 7 days (in lieu of 45 days) after date of publication of this synopsis will be considered by the government. See numbered notes from any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) is 541330. Note: The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of FAR 52.219-1 Alt I/II, Small Business Program Representation. Central Contractor Registration is required for resulting award. Information may be found at http://www.ccr2000.com/.
Record
Loren Data Corp. 20010904/RSOL005.HTM (W-242 SN50W572)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on August 30, 2001 by Loren Data Corp. -- info@ld.com