Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20,1999 PSA#2458

USPFO-FL-PC, 189 Marine Street, St. Augustine, Florida 32085-1008

66 -- SOLE SOURCE PROCUREMENT ANNOUNCEMENT SOL USPFO-CD-0001 POC LTC Garry Peterson, Contracting Officer, (904)823-0550, petersong@fl-arng.ngb.army.mil WEB: Florida Army National Guard,USFPO for Florida -- Contracts, petersong@fl-arng.ngb.army.mil. The United States Fiscal and Property Officer (USFPO) for Florida plans to negotiate on a sole source basis with Space Systems, Honeywell, Inc. to procure a proof-of-concept missile flight range safety and terminal guidance system. Negotiations shall be conducted pursuant to the authority of FAR 6.302-1, which allows for negotiation without full and open competition if there is only one or a limited number responsible sources. The government believes that only one responsible source can provide the supplies/services that will satisfy the agency requirements. The basis for this determination is that the USFPO has a requirement to have a contractor provide a system with the following basic performance characteristics: 1) Provide missile flight proven hardware to be used for range safety and terminal guidance; 2) The required system should be a stand-alone range safety system that consists of on-vehicle Global Positioning System/Inertial Navigation System (GPS/INS) tracking unit(s), a radio frequency (RF)ground tracking subsystem, operator displays and Range Safety Officer consoles, command destruct subsystem, and RF command link; 3) The mobile ground subsystem should be air/ground transportable to various sites; 4) The contractor will maximize the use of commercial or military off the shelf solutions; 5) The contractor's responsibility will include the system design, component specification and procurement, integration and functional verification, delivery, installation and checkout at Cape Canaveral facilities; 6) The delivered system should be a range safety-certifiable, turn-key system; 7) The system will include provisions to ensure that it can interface to other range and customer provided systems including but not limited to an integrated differential GPS system or a down-range system integrated via voice and/or data links; 8) The contractor will use ISO 9001 certified processes to conduct the design, production, qualification, and installation of the system; 9) The flight hardware will consist of a navigation grade INS tightly coupled to a GPS receiver; 10) The termination portion of the GPS/INS system will provide continuous vehicle position and velocity data during exposure to the highly dynamic environments of launch vehicles including off-nominal flight scenarios, such that the vehicle can be tracked continuously until command destruct. The system must downlink the GPS and INS only solutions, raw GPS data, and system health data to the ground; 11) The GPS/INS flight package should be compatible with and qualified to the flight environments of a variety of missile and launch vehicle applications as a tracking unit. The flight units will be designed to work closely with range safety software that will use the transmitted information to calculate present and future projected instantaneous impact positions. The system described above will result in delivery of a completely redundant mobile ground control system and at least 3 qualified GPS/INS systems to be used for follow-on certification flight tests.The nature of the acquisition requires a contractor that possesses the unique capability to provide an approach for meeting all requirements in an immediate, low cost and low risk manner. This unique capability is essential for contract performance because it allows the contractor to leverage off of an existing, proven, and successful design. Space Systems, Honeywell, Inc. is the only known source able to satisfy the Government's requirement because of the following unique capabilities: 1) Space Systems, Honeywell, Inc. gained several man-years' of expertise during the development of its GPS/INS system which has been in development and flight testing for almost 10 years, including formal military flight certification testing at Air Force test facilities; 2) Space Systems, Honeywell, Inc. can quickly and cost-effectively utilize software that was developed in-house to accomplish the tasks required by USFPO; 3) Space Systems, Honeywell, Inc. is willing and able to share proprietary technology for the purpose of providing USFPO with a design of a GPS/INS-based missile range safety system capable of meeting stringent public safety approval requirements; 4) Because of their unique and previously developed expertise, Space Systems, Honeywell Inc.'s design, fabrication, integration, and demonstration of the range safety flight and mobile ground system will only require a fraction of the cost and time compared to other known potential contractors. Therefore the USFPO has determined that a contract with Space Systems, Honeywell, Inc. may serve the best interests of the Government. This notice of intent is NOT A REQUEST FOR COMPETIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to the requirement by submitting documentation to LT COL Gary Peterson at the office identified above, by fax (904) 823-0512 or by e-mail (petersong@fl-arng.ngb.army.mil) which establishes that their specifications meet the USFPO's requirement. Documentation must be received within 45 calendar days after the date of publication of this synopsis to be considered by the USFPO. A determination by the USFPO not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Technical review of submitted capabilities will be conducted by Air Force Research Laboratory, Kirtland Air Force Base, Albuquerque, New Mexico, for the purpose of validation. Posted 10/17/99 (D-SN392326). (0290)

Loren Data Corp. http://www.ld.com (SYN# 0219 19991020\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page