Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2014 FBO #4449
SPECIAL NOTICE

A -- Request for Information (RFI) - Overhead Persistent Infrared (OPIR) R&D - Mission Data Processor (MDP) Ground System

Notice Date
1/27/2014
 
Notice Type
Special Notice
 
NAICS
927110 — Space Research and Technology
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
14-030
 
Archive Date
3/4/2014
 
Point of Contact
Christopher Lee, Phone: 3106534764, Capt Mark Wojtowicz, Phone: (310) 653-4421
 
E-Mail Address
christopher.lee.44@us.af.mil, mark.wojtowicz.1@us.af.mil
(christopher.lee.44@us.af.mil, mark.wojtowicz.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information for Space and Missile Systems Center's Overhead Persistent Infrared (OPIR) Research and Development (R&D) Effort The Department of the Air Force, Space and Missile Systems Center (SMC) Space Based Infrared Program Office (IS), Los Angeles Air Force Base, California is requesting information on relevant technology developments and current industry capabilities for continuing ground segment efforts regarding Overhead Persistent Infrared (OPIR) Research and Development (R&D). This request is an element of ongoing market research to define potential materiel solutions to support Department of Defense (DoD) and National Overhead Persistent Infrared (OPIR) initiatives. SMC/IS is requesting information to guide program planning for OPIR ground system development projects. SMC/IS is seeking information on current industry capability to develop an OPIR Mission Data Processor (MDP) ground system to support the 6° Wide Field-of-View Testbed (6° WTB). The 6° WTB scheduled to launch in the 4th quarter of CY16. The MDP should be fielded in the 3rd quarter of CY16 in order to support the pre-launch readiness review, launch, and post launch activities. Note: Please provide the risk level of providing the entire capability outlined in the paragraphs below within the 6° WTB program schedule. If providing the entire capability is determined to be high risk, please also provide information on alternate configurations or capabilities that could be provided at lower levels of risk within the program schedule. The following paragraphs outline the current and desired capabilities that shall be provided in support of the OPIR R&D effort at the Falcon Shield (formerly known as the Advanced Fusion Center (AFC)) located at Shriever AFB, CO: 1. The MDP shall provide the following capabilities in support of the 6° WTB: a) Initial Wide Field-of-View (WFOV) staring sensor simulation capability, including sensor optics, background clutter, and jitter modeling to generate regression test data sets with both sensor and bus parameters provided by the government. b) Develop WFOV Testbed ingest routines, signal processing algorithms (calibration, clutter suppression, thresholding, closely space object determination, line-of-sight) compatible with a government provided Application Program Interface (API) within a government provided plug-and-play modular architecture. Source code for the modular architecture will be provided, in addition to a baseline signal processing algorithm chain. Offeror to describe prior OPIR algorithm expertise. c) Demonstrate the ability to modify and upgrade the government provided modular architecture system components to incorporate new functionality. Sample software development plan, prior large software development efforts (schedule, and discrepancy rate), and examples with real-time processing of large data volumes (e.g. 100 Mbps uncompressed, or greater) are requested. d) Provide a capability to track, fuse, and generate tactical parameter estimation (launch point, heading, etc.) for WFOV Testbed with other operational OPIR assets (e.g. DSP, HEO, GEO). Limited government source code will be made available for tracking, fusion, and tactical parameter estimation. e) Provide a capability to visualize 2D imagery (~200 Mbps), in real-time, with periodic overlays of weather, digital terrain information, coast lines, etc. f) Provide a capability to visualize fused (WFOV Testbed with other operational OPIR assets) processed data in 3D (lat/lon, alt), in real-time, with periodic overlays of weather, digital terrain information, coastlines, etc. g) Provide hardware and software maintenance support through the life of the WFOV Testbed mission. h) Provide and package all software source code, documentation, and algorithm description documentation for delivery to the government. 2. Please additionally provide information on industry's capability to address the following capabilities which will support both the 6° WTB and other SMC/IS exploitation efforts: a) Demonstrate ability to tune line-of-sight algorithms by identifying in-scene infrared sources and correcting sensor pointing knowledge for OPIR sensors. b) Demonstrate capability to provide data formatted to be compliant with Distributed Common Ground System (DCGS), Integrated Broadcast Service (IBS), Operational Migration Capability (OMC), Mission Control System (MCS), Tactical Detection and Reporting (TACDAR), and Joint Tactical Air-to-Ground Station (JTAGS). Prior experience with these systems is requested. Data format and false report rate to be provided by the government. c) Provide capability to make raw data and processed data discoverable to an end user (e.g. dissemination portals, graphical user interface, database structure, etc.). Examples of previous dissemination efforts are requested with database complexity (number of fields available for query), database size in Mbytes (tables, not archive size), number of users, speed of access, etc. d) Ability to provide administrative support for current hardware, software, networks, and information assurance packages at Falcon Shield, located at Schriever Air Force Base. Transition plan, including existing GFE list, will be provided from the government. Infrastructure diagrams to be provided upon award. Note: To accomplish program objectives and meet near-term program milestones, Offerors must be familiar with processing OPIR data to certified messages, certification process, Joint OPIR Ground efforts, existing dissemination portals, etc. The Offeror must operate facilities at and employ personnel cleared with Secret, TS and TS/SCI. Statement of Capabilities Any interested source that is capable of meeting the Government's requirements detailed in this notice should submit a Statement of Capabilities and Qualifications to the technical and contracting POCs listed below by 1700 PST on 17 Feb 2014. Responses are limited to seven (7) pages with 1-inch margins using Times New Roman at no small than font size of 12. The capability and qualifications statement will be evaluated solely for the purpose of determining the respondent's ability to meet the Government's needs and schedule as described above. Consequently, respondents' submissions should contain as many specific technical details indicating how the respondent can meet the Government's needs and schedule as possible. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for NAICS 541712 is 1,000 employees. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential respondents. The purpose of the Ombudsman is to receive and communicate concerns from potential respondents when a respondent prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain respondent issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate a respondent's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/14-030/listing.html)
 
Place of Performance
Address: Schriever AFB, Colorado Springs, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN03274465-W 20140129/140127233857-f45d31aad18057358b1f705c9ae461f6 (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.