COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS
D -- FLIGHT SIMULATOR DEVELOPMENT FOR CHINA LAKE, CALIFORNIA
- Notice Date
- October 25, 2000
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612
- ZIP Code
- 94612
- Solicitation Number
- 9TER-01-JEP-001
- Response Due
- November 2, 2000
- Point of Contact
- Jo Ann Ancheta-Lim, Contracting Officer, Phone (702)810-5631, Email joann.ancheta@gsa.gov -- Jo Ann Ancheta-Lim, Contracting Officer, Phone (702)810-5631, Email joann.ancheta@gsa.gov
- E-Mail Address
- Jo Ann Ancheta-Lim (joann.ancheta@gsa.gov)
- Description
- PART: SPECIAL NOTICES OFFADD: General Services Administration, Acquisition Services Division, 1301 Clay Street, Suite 280S, MB 45, Oakland, CA 94612 SUBJECT: NOTICE OF INTENT TO NEGOTIATE A SOLE SOURCE CONTRACT WITH TECHNOLOGY SERVICES CORPORATION DESC: The General Services Administration intends to negotiate a sole source basis with Technology Services Corporation for the Naval Air Warfare Center Weapons Division, (NAWC-WD) China Lake, CA. This procurement to Technology Services Corporation is to provide for completion of ongoing acquisition efforts and development of the Infrared (IR) Target Array task is part of the 1v1 IR Alert and Response for the Electronic Combat Range (ECR) by the Navy Electronic Warfare T&E Simulator Development program requirements include the following: (1) must have direct and comprehensive experience to evaluate the effectiveness of IR search and track systems (IRSTs) and directed IR countermeasure (DIRCM) systems, in relation to how well they perform against IR MANPAD threat systems; the open-air range (OAR) must capture the signal (in time, space, intensity and spectrum) of the IRCM system-under-test (SUT); information passed to a Threat Signal Processor-in-the-Loop (T-SPIL) facility to complete the evaluation of the IRCM effectiveness; (2) must have direct experience with the operation and functional design for the IR Target Array should consider interface requirements (especially data rate and bandwidth) with the T-SPIL currently located at the NAWC-WD facility; the IRST and/or DIRCM system must be stimulated in the IR spectrum to elicit the DIRCM response to a _virtual_ IR threat missile; the IR Target Array must interface with the IT Stimulator System and the Ultraviloet (UV) Stimulator; (3) must have direct experience to evaluate alternative solutions for the IR Stimulator, and the IR Target Array. (4) must be experienced with the design concept developed during the FY99 IRMWS Stimulator Study and a design solution developed by NAWC-WD Code 526400D. and software architecture should be modular in nature and should consider interfaces required to existing ECR range infrastrucrture; (5) must have direct and comprehensive experience to provided detailed system-level design specifications for the development and integration into the existing ECR infrastructure (including required software interfaces of the IR Stimulator and to identify and recommend a system design for the IR Target Array; (6) must have direct and comprehensive experience to evaluate alternative solutions for the IR Stimulator and the IR Target Array. The system design for the IR Stimulator should identify risk areas and a risk mitigation strategy, and sustainment requirements (maintenance and operations) for implementing this capability. Both tasks must provide traceability to specific acquisition program test objective and how they relate to design requirements; (7) must be experienced with the acquisition program requirements for the Navy IDECM Integration, Army ATIRCM program, Special Ops DIRCM (AAR-54 sensor with IR tracker) and the Navy TADIRCM ATD under research by NRL. Technology Services Corporation has proprietary data on IR Target Array test equipment and software. Technology Services Corporation has been involved in support of ongoing efforts. Technology Services Corporation is the only source for providing updates to the existing resources necessary to respond to NAWC-WD implemented systems design change. The proposed actions if for supplies/services for which the government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The government believes that only one responsible source can provide the supplies/services that will satisfy the agency requirements. The contractor holds the proprietary software. This notice is not a request for competitive quotes but responses received before November 2, 2000 will be evaluated. A determination by the Contracting Officer not to compete this proposed action based on responses to this notice is solely within the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Information should be submitted to GSA/FTS, Attn: Joe Pechinko, Contracting Officer, at (619) 537-2219, or via email at joe.pechinko@gsa.ov.
- Web Link
- Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=9TER-01-JEP-001&LocID=52)
- Record
- Loren Data Corp. 20001027/DSOL007.HTM (D-299 SN5051F8)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on October 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|