Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1998 PSA#2128

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- RESEARCH AND DEVELOPMENT IN THE AREA OF ELECTROMAGNETIC AND ELECTRO-OPTIC SENSOR TECHNOLOGY SOL SS292 DUE 071398 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#SS292. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA/LaRC is hereby soliciting information for potential sources for research and development to support work in the area of electromagnetic and electro-optic sensor technology. LaRC is conducting research in support of a variety of programs associated with aeronautics and space where sensors are required. Currently some of the programs supported are Terminal Area Productivity, High Speed Research, Aviation Operations Systems, and Synthetic Thinned Array Radiometry Technology. Important applications for sensors are developing in the area of Aviation Safety, specifically for detection and avoidance of atmospheric hazards. The primary technical areas involved in work under the expected contract include sensor systems, components, measurement principles, antennas, signal/data processing, electro-optics and electromagnetics. LaRC intends to issue a performance-based, task order contract expected to start early in fiscal fiscal 1999 and last for 5 years. The technical manpower resources required will be approximately 10 man-years per year. Due to the evolution of projects and their requirements, the task needs will vary in skill mix and volume over time, requiring flexibility from the contractor. The contractor is expected to supply flexible technical resources through a combination of regular employees, subcontracts, and consultants. The general skill requirements include electrical engineering, radar, lidar, radiometry, lasers, optics, electromagnetics, radar cross section technology, antennas, software, computer modeling, and signal processing. In addition, ancillary expertise is required in the areas of aviation, the National Airspace System, atmospheric science, and meteorology. The contractor will be required to supply immediate resources for programs and projects in progress. The areas of expertise and skills that will be required immediately include radar systems for atmospheric hazards to aviation, radar cross section technology, software development and modeling for sensor systems (C, C++, MatLab experience), and advanced data/signal processing. Experienced technical staff (at the MS and Ph.D. levels), capable of beginning work without additional training in these critical areas, is required. Several general types of effort will be required in the task assignments as follows: conduct research, perform analyses, design/develop systems and subsystems, integrate systems, and conduct field operations. Capability will be required for the development and construction of one-of-a-kind deliverable hardware (e.g. special interfaces, data recording subsystems, etc.) for integration in sensor systems. The contractor will be required to communicate extensively and report thoroughly on the work. Reporting will vary with each task and may include formal and informal oral and written reports, technical memorandums, Contractor Reports, progress reports, and HTML web documents. Performance will be evaluated based on the accomplishment of task goals, timeliness, and the quality of communications and documentation. The contractor will be required to provide the necessary skill mix and capabilities to accomplish tasks, oversee the work, plan for and provide budgetary estimates for new tasks, report on the financial status of the tasks and the contract, and resolve contract issues. Full time, onsite services will be required by some tasks (e.g. to have access to NASA test facilities), and most tasks will require day-to-day communications and interaction including attending frequent meetings and workshops. Travel is necessary for offsite meetings and field operations. The contractor will be required to work with other contractors and shall enter into a nondisclosure agreement with NASA. Some tasks will require security clearances. The Standard Industrial Classification (SIC) Code is 8731 with a size standard of 1,500 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potentialofferors responsibility to monitor these cites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged 8 (a), and or woman owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact -- address and phone number). Technical questions should be directed to: Steven D. Harrah 757-864-1805 or e-mail: s.d.harrah@larc.nasa.gov. Procurement related questions should be directed to: Darlene T. Baxter at 757-864-2472 or e-mail: d.t.baxter@larc.nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY (commercial product definition)] This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001 no later than July 13, 1998. In responding reference SS292. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 06/29/98 (0180)

Loren Data Corp. http://www.ld.com (SYN# 0008 19980701\A-0008.SOL)


A - Research and Development Index Page