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