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