|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664Phillips Laboratory/PKOS, Directorate of Contracting, Operational
Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB NM 87117 66 -- TELESCOPE, MOBILE ADAPTIVE OPTICAL TESTBED FACILITY (MAOTF) SOL
F29650-96-R0218 POC POC: Jim Sullenberger, Contract Specialist,
505/846-2201; Contracting Officer, Vivian C. Jaramillo, 505/846-2201.
The Air Force, Phillips Laboratory, Directorate of Contracting,
Kirtland AFB, NM is seeking potential sources to provide a 75 cm - 100
cm telescope (Cassegrain or Mersenne) with a Coude path and an
elevation over azimuth gimbal. See note: #25. The Phillips Lab plans to
transport this telescope to a concrete pier located at a field site
subjected to harsh environmental conditions, i.e., with high winds,
dust and wide temperature fluctuations. The telescope will be used for
missile tracking experiments. To track these missiles, the gimbal
shall be able to achieve slew rates on the order of 25 - 30 degrees per
second azimuth axis velocity and 10 degrees per second elevation axis
velocity and acceleration rates around 10 degrees per second sguared
azimuth axis acceleration and 5 degrees per second squared elevation
axis acceleration. The telescope gimbal shall allow for placement of
coarse acquisition cameras. The telescope structure shall accommodate
a window, accommodate beam path conditioning, allow for daytime
operations and employ a real-time focus for the secondary mirror. In
addition, the Phillips Lab is interested in streamlining the
integration of this telescope into its field experiments and
simultaneously reducing costs. To this end the Lab is exploring the
possibility that the contractor only prototype its control loops using
any type of prototyping hardware. The control loop code would then be
integrated by the Phillips Lab into its target system. The minimum
technical capabilities of the contractor are as follows: The contractor
shall have demonstrated knowledge in digital control loops which are
based on modern control theory, that minimize disturbances, and include
time optimal solutions. The contractor shall have the facilities and
analytical tools to predict telescope performance and determine
structural dynamics. The contractor shall demonstrate the operation of
the telescope's performance by delivering a prototype system with
algorithms and control loops implemented. The contractor shall have the
facility to instrument the telescope to determine slew rates,
accelerations, and line of sight jitter. The contractor shall be able
to demonstrate past experience in the design, manufacturing, assembly,
and testing of a similar system with supporting documentation. The
contractor shall have the ability to design in real-time control
operating systems such as VxWorks or other comparable systems and be
proficient in C programming language. The contractor shall have
knowledge in the selection and specification of DC direct drive
systems, the ruggedization of electrical systems for field work and
know how to eliminate dust contamination from subsystem chassis. The
contractor shall be able to provide training and support services
including replacement parts in out-years. Training shall be completed
within 30 days after delivery, installation, and prior to acceptance of
the telescope system. The contractor's facility shall be able to
support design, development, and testing of the optical system. The
contractor shall have the capability or access to a facility to perform
end to end interferometric test of the system. The contractor shall
provide full test documentation of the performance tests, a complete
software and hardware documentation package, and standard operating
procedures manuals. NOTICE TO RESPONDEES: This is a sources sought
synopsis in which the Government is seeking potential sources capable
of providing this telescope. Responses will assist the government in
determining how to proceed with this requirement. Do not request a copy
of the solicitation as one does not exist at this time. Your attention
is directed to the following, and you must comply in order to be
considered. Firms responding shall submit their technical documentation
(i.e., technical literature, brochures, schematics, etc.) and statement
of capability shall demonstrate the offeror's experience/expertise to
perform installation, training, and support services. The technical
documentation shall be limited to thirty pages and provide sufficient
technical data in order for the project office to determine whether the
system meets the required technical specifications as stated above.
Responses with supporting documents are to be submitted to Phillips
Laboratory/PKOS, ATTN: Jim Sullenberger, 2000 Wyoming Blvd SE, Kirtland
AFB NM 87117-5606 no later than 5 Sep 96. Foreign-owned firms are
advised they will be able to participate as the possible prime
contractor. Firms responding to this announcement should indicate
whether they are or are not a Small Business, an 8(a) firm, a Socially
and Economically Disadvantaged firm, or a Woman-owned business. The
Government reserves the right to set aside this requirement for 8(a)
program, Small Business or Historically Black College and Universities/
Minority Institution, based on responses to the synopsis. Contractor
must indicate their size qualifications under SIC code 3827, Size
Standard: 500 employees. To be delivered to Kirtland AFB, NM, FOB
destination within 180 calendar days after award. A pre-solicitation
meeting will be established at a later date. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. Before contacting the ombudsman, potential offerors should
first communicate with the contracting officer. In those instances
where offerors cannot obtain resolution from the contracting officer,
they are invited to contact the PL Ombudsman, Col James D. Ledbetter,
Phillips Laboratory Vice Commander, at (505) 846-4964, or 3550 Aberdeen
Ave SE, Kirtland AFB NM 87117-5776. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals or in the
source selection process. For contracting issues, please contact Jim
Sullenberger, (505) 846-2201. For technical issues, please contact Judy
Miller, (505) 846-1539. (0233) Loren Data Corp. http://www.ld.com (SYN# 0419 19960821\66-0025.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|