SOURCES SOUGHT
D -- SMALL BUSINESS SOURCES SOUGHT NOTICETitle: Joint Mobile Infrared Countermeasures Test System (JMITS) Support
- Notice Date
- 5/13/2010
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q10SCITEC
- Response Due
- 6/15/2010
- Archive Date
- 8/14/2010
- Point of Contact
- Joyce Frost, 575-678-5305
- E-Mail Address
-
White Sands Missile Range DOC
(joyce.frost@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SMALL BUSINESS SOURCES SOUGHT NOTICE Title: Joint Mobile Infrared Countermeasures Test System (JMITS) Support This is a sources sought announcement only and is not intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The Center for Countermeasures (CCM) is conducting market research to determine the capability of small businesses in regards to the engineering and technical support, sustainment, and repair services for the Joint Mobile Infrared Countermeasure Test System (JMITS). Background: The Joint Mobile Infrared Countermeasure Test System (JMITS), is a self-contained system with integrated infrared (IR) and ultraviolet (UV) missile simulators to test Missile Warning Systems (MWS), radiometers to measure return jam beam characteristics from infrared countermeasures (IRCM) systems, and radiometer suites for calibration. The JMITS system was developed based on requirements from a Director of Operational Test and Evaluation (DOT &E) Tri-Service workshop. The multi-service study team investigated shortfalls in current missile threat simulators. To address these shortcomings, the JMITS program was developed. JMITS provides missile simulations that transmit threat representative UV and IR missile signatures to airborne MWS, and IR radiometers to measure jam beam characteristics along with system control, data acquisition, recording, storage, and analysis. An atmospheric suite is also included for characterizing prevailing atmospheric conditions that impact IRCM systems and the JMITS. JMITS also consists of an UV/IR normalization instrumentation suite for system calibration and measurement of missile and false alarm source signatures. The normalization suite consists of two IR radiometers and three UV radiometers, data acquisition unit and digitally recorded video. Other features of JMITS are the instrumentation van for control and data analysis, and an auto/manual tracking mount capable of day/night operation with an eye-safe laser rangefinder. JMITS replicates UV and IR missile signatures from actual test data by creating a valid missile signature using a combination of models. The models used to generate the source signatures for JMITS are models approved by the Missile Space Intelligence Center of the Defense Intelligence Agency. These models include input from the Enhanced Missile Signature (E-MSIG) database and Threat Modeling and Analysis Program (TMAP). The atmospheric models used are Off-Axis Scattered Intensity Calculation (OSIC) for the UV, and MODerate resolution TRANsmission model (MODTRAN) in the IR. These models form the basis of the applied process to generate the at-aperture irradiance signatures emitted by JMITS for the system under test (SUT). The application of the atmospheric models to the source signature with geometry considerations provides on-aperture in-band irradiance of the missile plume from JMITS. The JMITS is owned and operated by CCM. The system utilizes custom-built and unique hardware and software. As test needs evolve, improvements and upgrades to JMITS are necessary to meet requirements. In addition, normal testing has standard technical support requirements such as developing new missile signatures, and it results in equipment failures that must be repaired. CCM does not have the resources to meet all of the upgrade, repair, and sustainment requirements. Many of the programs supported by JMITS have time sensitive, schedule driven events that require a very high reliability and availability rate from JMITS. Accordingly, the Center must have the capability for quick turn-around maintenance and support. A source is needed to provide these services to allow JMITS to meet current and future requirements and to meet operational readiness requirements. Purpose and Objectives: The purpose of this project is to provide hardware and software engineering upgrade, support and repair services for the JMITS. The upgrade, support and repair services for JMITS are and is expected to be continually changing to meet current and future test requirements. Because of this, the work and services provided will be done on a task order basis. As new requirements emerge, task orders will be added to the contract detailing the work to be done. The cost and schedule for each task order will be unique to meet the needs of that task. Support Requirements Tasks include (but are not limited to) the following activities: Engineering analysis and technical support: Provide support in operating and configuring the JMITS system, trouble shooting and performing minor software and hardware repairs and upgrades, and manipulating and accessing the JMITS data bases (to include data collected during testing). Support planning and executing test activities (to include developing and optimizing test matrices and providing on-site assistance). Attend technical conferences, symposia and test planning meetings. Data Reduction and Analysis: Perform reduction, analysis and processing of JMITS, SUT and other third party radiometric and sensor data. Production of a standard set of data products and reports to meet customer requirements. Adapt existing data analysis tools or develop new tools and data products/reports to accomplish these tasks. Test Standards and Methodologies Development: Update standards and methodologies employed by JMITS to develop missile signatures, conduct tests and analyze the data to ensure they remain current and meet test requirements. Develop additional procedures, techniques and methodologies for recording, handling, reducing, analyzing and reporting JMITS and SUT related data when required. This support will be documented in published standards, methodologies, white papers, technical memoranda and reports. Signature Development: Develop UV and IR signature simulations as required to meet scheduled test requirements. Test standards require that all JMITS simulations must be developed using standard, DIA approved models. Deliverables include files with JMITS compatible signatures provided in the specified spectral bands and all intermediate files and records generated by the different models and processes used in creating the signatures. Radiometer and Emitter Calibration: Perform JMITS emitter and radiometer calibrations as required to maintain their performance to accepted testing and measurement standards. Provide JMITS compatible calibration files along with a written calibration report documenting the procedures and results. Spiral Upgrades and System Improvements/Enhancements: Conduct spiral upgrades and system improvements/enhancements as needed to maintain an operational capability that matches the needs of the various programs that will be using JMITS as a test resource. Institute hardware and software enhancements and improvements to sub-systems and components as required to improve system maintainability and reliability and to correct system deficiencies. Interoperability with existing systems must be maintained to the highest degree possible. Work to be carried out at the contractors facilities using contractor and GFE resources and may include field installation and support. Acceptance testing will be required before the equipment is delivered. Duplicate and Companion Systems: Possess or show the ability to obtain the capability to fabricate additional JMITS systems if and when future mission requirements mandate and additional funding becomes available. Companion systems would utilize the components required to meet specific technical requirements (e.g. harsh environments, different optical band-pass, dynamic range, etc.), maintain interoperability with existing systems, and conform to the current JMITS configuration. Hardware Maintenance and Repair: Conduct diagnostic tests, make serviceability assessments, provide repair cost estimates, and take actions as to the repair of JMITS custom built components. These functions will normally be carried out at the contractors facilities using contractor and GFE resources but at times will also require field installation and support. Acceptance testing will be required before the equipment is delivered. Software Maintenance and Support: JMITS was delivered with an extensive library of software to include the general JMITS operating system, data analysis software and diagnostic tools. Support would cover all phases of each of these software packages life cycle, including when required requirements analysis, system design, development, repair, testing, and implementation. When possible, software modifications would be performed at the contractors facility using GFE and contractor resources. In the event that major revisions are needed, the contractor would issue a new software maintenance release (to include all revisions up to that point). An acceptance test will be required before the software is delivered. Emergency Response Capability: Possess a capability to provide quick turn-around maintenance and repair support of equipment when required. Be able to provide immediate competent on-site and/or on call assistance/consultation in addressing JMITS operational issues encountered in the field when required. Progress Reports: All tasks will include submission of a written final report within 15 working days of completion of a task. These reports should include a description of the work accomplished and costs associated with the task. Written monthly progress reports should be submitted with 5 working days of the beginning of each month for extended projects (3 months or more). The progress reports should outline progress of the task to include work accomplished, costs/budget, schedule and any issues that might impact completion of the task. The final report can serve as the last progress report. These reports will be provided in addition to any other technical reports or products required by the specific task orders. Product Warranty: The government may request terms, costing and availability of product/service warranties. The warranty would be provided as an option to delivery of products, services, and maintenance and repair as part of a delivery order. The government will have the option to accept or decline the warranty offered. Travel: The contractor may be required to travel to White Sands Missile Range (WSMR), various DoD test/training ranges, and other destinations as defined in a delivery order. The contractor will be required to make all travel arrangements to include transmitting clearances/visit requests, arranging for transportation, lodging and any other necessary arrangements to meet the travel requirement. The contractor will also be expected to coordinate travel itineraries with CCM prior to making travel arrangements. Security Clearance: Contractor support must have a SECRET facility clearance Anticipated Period of Performance: The period of performance for this requirement is five (5) years, consisting of a one-year base period plus four (4) one-year options. The anticipated start date is TBD. Capability Statement/Information Sought: Each potential source shall give a brief description of their ability to provide engineering, technical, sustainment, and repair services for JMITS. These Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the project requirements. Tailored Capability Statements for this requirement shall address the following areas: 1. Demonstrate the ability to meet the support requirements noted above. 2. The organizations awareness of project needs and approach to performance of tasks in meeting the objectives of the support requirements listed above. Specifically,address the following: "Experience with the use, operation, and repair of the wide range of electronic, electro-mechanical, and electro-optical systems, subsystems and components to include EO/IR scientific radiometric measurement devices utilized in conjunction to support MWS testing "Experience with the various scientific and operational control software associated with EO/IR hardware comprising this project. "Capability to support software development, which includes software development, database integration, and implementation of shared information management resources. "Description of how the support team will be organized both technically and administratively. "Demonstration of an understanding of and ability to support the software databases that are currently implemented and supported under this contract. "Demonstration of an understanding of the use, operation of, maintenance requirements, and repair of the ancillary COTS hardware equipment, software and technologies that are currently implemented, utilized and supported under this contract. "Demonstration of a comprehensive software life cycle methodology for developing and managing software for this system. "Demonstration in knowledge and use of SQL Server, Matlab, JavaScript, HTML, TENA software architecture and other associated software application tools and programs used to support system operation. 3. Demonstrate the ability to provide knowledgeable staff to meet the objectives of the aforementioned support requirements. Specifically, show how the proposed staff has the necessary experience in the scientific/ technical testing environment in which the JMITS is operated and range of skill sets required to support this project. In addition, describe organizations: "Experience with field testing of MWS utilizing missile simulators employing simulations that transmit threat representative UV and IR missile signatures to airborne MWS "Experience in modeling to include use of E- MSIG signature database and TMAP as well as atmospheric models OSIC and MODTRAN Each potential source shall give a brief description of their ability to provide engineering and repair services for the JMITS. This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractors ability to successfully satisfy the requirements of the MPM. Firms shall also provide point of contact information where available for the efforts cited above. Page Limitations: All responses to this sources sought are limited to twelve pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to joyce.frost@us.army.mil no later than 1200 MDT on 15 June 2010. Acknowledgement of receipt will not be made. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than 1200 MDT on 15 June 2010. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. DISCLAIMER AND IMPORTANT NOTES: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPS portal. Classification Code (FSC) = 5865 Brief description = Small Business Sources Sought for JMITS Support Response Date = 06/15/2010 1200 Mountain Daylight Time (MDT) Contracting Officer = Joyce Frost, (575) 678-5305, joyce.frost@us.army.mil address = Mission Installation Contracting Command White Sands Directorate of Contracting Building 143, Crozier St. White Sands Missile Range, NM 88002-5201 NAICS Code = 334220 Place of Performance = The Contractor will work at their own location but frequently be required to attend various JMITS support activities and meetings at a variety of TBD CONUS test locations, scientific test facilities and various conference and meeting venues.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/12494e3dd06933af39b63a6f22c07058)
- Place of Performance
- Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02148472-W 20100515/100513234904-12494e3dd06933af39b63a6f22c07058 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |