|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1997 PSA#1760ASC/PKWR Area C Bldg. 1, Rm. 111, 1940 Allbrook Drive, Ste. 3,
Wright-Patterson AFB, OH 45433-5309 B -- MASINT CONTRACT CEILING INCREASE POC For additional information,
contact L. Cooper, Contract Negotiator, (937) 257-5666, Harry M.
Oeters, Contracting Officer, (937) 257-2135. The National Air
Intelligence center, Measurement and Signature Intelligence (MASINT)
Exploitation Division (NAIC/DXD), Wright-Patterson AFB, Ohio is
contemplating a contract modification to increase the ceiling of the
existing contract number F33657-94-D-0048 by $50,000,000.00 to a
revised ceiling of $99,000,000.00. The Contractor on this effort is
Ball Aerospace and Technologies Corporation, 10 Longs Peak Drive,
Broomfield, Colorado, 810021-2510. The contract provides a quick
reaction capability in the development, upgrading, modification,
integration, and maintenance of MASINT sensor data exploitation. In
addition, this contract provides capability in the manipulation,
integration, exploitation and analysis of MASINT collected by various
remote sensing systems. MASINT currently includes but is not limited to
Electro-Optical Intelligence (EOINT), Radar Intelligence (RADINT),
Directed Energy Weapons Intelligence (DEWINT), Laser Intelligence
(LASINT), Radio Frequency/Electro-Magnetic Pulse Intelligence
(RF/EMPINT), Acoustic Intelligence (ACOUSTINT), and Materials
Intelligence (MATINT). The contract requires that the Contractor
maintain a facility within a fifty (50) mile radius of NAIC in order to
permit rapid and economical exchange of technical information and to
allow for immediate Contractor support at the NAIC facility during
times of crisis. The majority of Contractor personnel are located at
the NAIC facility at Wright-Patterson AFB, Ohio with the remainder of
the technical personnel located at the Contractor's facility.
Contractor personnel located at the Contractor's facility work at the
Unclassified through Secret levels, and at times are required to work
at the NAIC facility at higher classification levels as directed by the
Government. The number of Contractor personnel required to work at
either the Contractor's facility or the NAIC facility is subject to
change as Government requirements change. Potential sources must
provide in their response to this announcement the following
information: (1). Evidence of previous experience in the majority of
areas included in MASINT as described above; (2). Evidence of previous
experience in processing and analysis of MASINT data; (3). Evidence of
previous experience in design, development, and maintenance of
processing and analysis software in the C and FORTRAN programing
languages on both IBM and UNIX based platforms and workstations; (4).
Evidence of general knowledge in the sciences and technologies of
physics, opto-electrics, signal processing, communications theory,
electromechanics, electronics, scientific programming, meteorology,
avionics, mathematics, geophysics, and system networking; (5). Evidence
of the ability to obtain TOP SECRET/SCI personnel and a facility in
accordance with Industrial Security Manual (DOD 5220.22M) by contract
award; (6). Demonstrate the ability to perform at least 51% of all work
levied under the contract with existing assets or capabilities. All
responses will be evaluated against the criteria listed in this
announcement. Limit responses to fifteen (15) pages or less. Foreign
participation on this contract is not authorized. Sources are requested
to submit their responses within 15 days after the publication of this
announcement. All respondents shall indicate whether they are large or
small business in relation to SIC code 8711, size standard
$25,000,000.00. An Ombudsman has been established for this acquisition.
The only purpose of the Ombudsman is to receive and communicate serious
concerns from potential offerors, when potential offerors prefer not to
use established channels to communicate their concerns. Potential
offerors should use established channels to request ~~information, pose
questions, and voice concerns before resorting to the Ombudsman.
Potential offerors are invited to contact the ASC Ombudsman, Mr. Daniel
Kugel, ASC/SY, 2475 K Street, Suite 1, Wright-Patterson AFB, OH
45433-7303, telephone: (937) 255-3855 with serious concerns only.
Routine communication concerning this acquisition should be directed to
Harry Oeters, Contracting Off~icer, or Lawrence E. Cooper, Contract
Negotiator, at ASC/PKWRB, Building 1, Area C, 1940 Allbrook Drive,
Suite 3, Wright-Patterson AFB, OH 45433-5309. See Note 22. (0009) Loren Data Corp. http://www.ld.com (SYN# 0012 19970113\B-0005.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|