Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
MODIFICATION

R -- Aegis Ballistic Missile Defense Engineering Services

Notice Date
12/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, California, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N6893614R0025
 
Archive Date
12/16/2014
 
Point of Contact
Amanda Bartel, Phone: (760) 939-8541, Jennifer Corcoran, Phone: (760) 939-9536
 
E-Mail Address
amanda.bartel@navy.mil, jennifer.corcoran@navy.mil
(amanda.bartel@navy.mil, jennifer.corcoran@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification changes the POC, adds submission details and extends the response date. All other details remain the same. Potential candidates must have validated algorithms, for ingesting, processing, correlating, and manipulating optical and radar imagery. Analysis capabilities, past demonstrated experience and capabilities to analyze multi-band optical, radar, and TM sensors that support ballistic missile defense testing for the Aegis BMD program. Unique requirements are to be able to have an existing computerized system, and personnel to read in variable formats from a large variety of optical, radar and telemetry sensors, view sequences of imagery in a graphics environment, provide capability to track and reduce sequences of imagery for analysis, generate Space Time Intensity (STI), apply Universal Time Constant (UTC) or Time-After -Launch (TAL) read header times, directly from imagery, time tag all optical/radar imagery frames, provide options for centroiding track boxes, including very faint, very diffuse, or very fast-moving objects, provide optimized visualization of very faint objects and features, linear profiles of an object, imagery registration on a tracked object, display analysis products for additional processing, like telemetry position data overlaid with imagery or binary radar time intensity Range Time Intensity (RTI) data, correlate optical sensor STIs with radar RTIs, and develop outputs/results/conclusions of results within 48 hrs at Pacific Missile Range. Ingestable Data File Format Extension Examples Binary (ABS).DAT HALO-I Data (Raw and Processed) HALO-II Data (Raw and Processed) APL LWIR Data Binary (AEDC).POD AEDC Raw Data Binary (ARF).ARF MTS-B Raw Data Binary (BIN).BIN Reduced Analysis Products, such as telemetry position data overlayed with imagery ROSA/ COSIP Radar RTI (Q1, Q2, Q4, Q8, Q9, Q15, Q16) BSP Radar RTI Binary (FITS).FTS MEI Raw Data AMOS DAS Data OTS Data ISTEF Data VTM data from early missions Binary (IDAS).IDA PMRF data from early missions Binary (IDL).IMG Cast Glance MWIR Raw Data OKSI Raw Data MOST PSD Raw Data Binary (IDT).RAW Shipboard Raw Data Binary (Raw).RAW VTM-105 Raw Data VTM-M/R Raw Data SHOTS PMRF Raw Data SHOTS MATSS Raw Data Binary (SAF).SAF KADI Raw Data Binary (SFMOV).SFMOV MEI Raw Data Hi-Speed Launch Area Raw Data Binary (Other) With documentation, other Binary Data Movie (AVI/MPG).AVI.MPG Quicklook movies (from HALO-I, HALO-II, VTM-105, VTM-M/R, SHOTS PMRF, SHOTS MATSS, AEDC, APL LWIR, ARL, KADI...) Quicklook movies from VBRICK feeds (Seeker, VTM-105, VTM-M/R, SHOTS PMRF, KASP) Cast Glance Composite Movies KASP On-Board Movies Seeker Video Target Launch Video Hi-Speed Launch Area Movies Shipboard Launch Video Overhead Video Movie (Quicktime).MOV.DV Quicklook movies from various sensors Movie (Windows Media).WMV Quicklook movies (MEI) ASCII (Text).TXT,.DAT, etc Overlay ASCII data such as telemetry (TM) with processed/reduced imagery or other binary data THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in this notice. This documentation must address, at a minimum, the following: 1. Synopsis/Solicitation number. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company size for NAICS 541330 (size standard $35.5M) 4. Responses shall include Company Size (Small or Large according to the NAICS and size standard listed); if the company is a Small Business, specify if the company is one of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) economically Disadvantaged Woman-Owned Small Business. 5. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in this notice. 6. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in this notice. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's technical ability or potential approach to achieving technical ability specified in this notice. 10. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of this notice. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. 11. Confirmation that the company has a DCAA approved accounting program currently in place. The capability statement package shall be submitted ELECTRONICALLY to Amanda Bartel via email to amanda.bartel@navy.mil. All files submitted must be compatible with Microsoft Office 2003 or later. Responses must be received no later than 11:00 a.m. PST on 16 DEC 2013, and reference this synopsis number in the document(s) submitted. Questions or comments regarding this notice may be addressed by email to amanda.bartel@navy.mil. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893614R0025/listing.html)
 
Place of Performance
Address: Pacific Missile Range Facility, Barking Sands, Kauai, HI; White Sands, NM; Point Mugu, CA, United States
 
Record
SN03247875-W 20131211/131209233905-d5c4fed5b594f215399a7d4f8869a896 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.