Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1996 PSA#1707

Phillips Laboratory/PKV, Directorate of Contracting, 2251 Maxwell Street SE, Kirtland AFB NM 87117-5773

A -- SAVI MOVE COMPLETION SOL F29601-95-C-0064 POC Gail Hamblet, Contract Specialist, 505/846-4987; Nancy K. Brunson, Contracting Officer, 505/846-6188. The Air Force Phillips Laboratory, Directorate of Contracting, Kirtland AFB, New Mexico on behalf of the Phillips Laboratory Dynamic Systems Branch, Kirtland AFB, NM intends to award a sole source contract modification to Honeywell Satellite Systems Operation (HSSO) for all required personnel, equipment and materials to complete modification and performance testing on the Space Active Vibration Isolation (SAVI) Device and SAVI Specific Hardware and Software within a two month period. The Space Active Vibration Isolation (SAVI) Device is a one-of-a-kind research asset developed as a ground validation testbed for the baseline system isolator concept for the space-based laser. REQUIREMENTS: This procurement is for completion of software modification and testing, as well as any associated hardware modifications to ensure that the SAVI Device functions to specifications. The Offeror shall be required to perform the following within a two month period: 1) Complete modification of the SAVI control law software to accommodate the new gravity off-load boundary conditions. 2) Accomplish any hardware alterations required by software modifications. 3) Perform tests to insure system functionality. It is expected that the Offeror may be required to procure hardware or materials under this solicitation. A contract modification will be awarded to HSSO provided other sources cannot furnish the modifications at more favorable terms. MINIMUM PERSONNEL REQUIREMENTS: LEAD ENGINEER. The lead engineer must have demonstrable technical expertise in multi-input multi-output, real-time control system design and implementation, the modification of real-time control software, familiar with system level software operations and programming on a DEC VAX 8650 mainframe, familiar with operation and use of Tektronics hardware debugger systems, magnetic circuit design and operation, magnetic actuator alignment and calibration, operation of pulse width modulated amplifiers, implementation, calibration and alignment of instrumentation (in particular, differential impedance transducers (DITs), Hall Effects Sensors, linear variable differential transducers (LVDTs) and their conditioning electronics), trouble-shooting, analyzing, and tracing electronic component failures in custom electronic circuits, mechanical alignment and precision shimming to required tolerances, calculation of rigid body dynamics necessary to develop control system parameters, inertial balancing necessary to align the magnetic actuators, and acquisition, reduction, analysis, and interpretation of experimental data. LEAD TECHNICIAN: The lead technician must have demonstrable technical expertise in the operation of precision measuring or surveying equipment necessary to locate the reference base plates and aftbody simulator support system, installation of mechanical systems onto concrete including anchoring and grouting to required tolerances, and mechanical alignment and precision shimming to required tolerances. Respondents are required to provide sufficient information concerning their ability to fulfill the above requirements within the two month period in order for the project office to make a determination that the requirements can be met. A draft program plan as well as the resumes of key personnel must also be included in the response. Responses are limited to a total of fifteen (15) pages including program plan, resumes, attachments, diagrams, etc. Submit responses to Ms. Nancy Brunson, PL/PKVC, 2251 Maxwell SE, Kirtland AFB, NM 87117-5773 no later than fifteen (15) calendar days after the date of this announcement by 3:00 PM, Mountain Daylight Time. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Foreign firms are advised they will not be allowed to participate as the prime contractor. Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Qualified Business or a Woman-owned Business. For the purposes of being considered a Small Business the following applies: SIC Code 8731, Size standard 1,000 employees. The Government reserves the right to set this acquisition aside for small business or SBA 8(a) Program based upon known sources and/or responses to this synopsis. Firms responding should indicate whether they fall into any of these categories. Any companies falling in the aforementioned categories must submit a Statement of Capability. As a result of analyzing responses to this synopsis of intent, the contracting officer may determine that a solicitation will be issued to those prospective sources who, in the sole judgment of this purchasing activity, have the potential of successfully fulfilling the requirements. All responses from responsible sources will be fully considered. If a solicitation is issued, no additional synopsis will be published. For contracting issues please contact Ms. Gail Hamblet at (505)846-4987 or Ms Nancy Brunson at (505) 846-6188. See Notes 22, 25, & 26. (0296)

Loren Data Corp. http://www.ld.com (SYN# 0001 19961023\A-0001.SOL)


A - Research and Development Index Page