COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 2001 PSA #2831
SOLICITATIONS
A -- DEVELOPMENT OF DIGITAL ION DRIFT METER(DIDM3)
- Notice Date
- April 13, 2001
- Contracting Office
- ESC/PKR, R&D Contracting Division, 104 Barksdale St., Hanscom AFB, MA 01731-1806
- ZIP Code
- 01731-1806
- Solicitation Number
- AFRL.VSB01-01
- Point of Contact
- Lowell T. Manning, (781) 377-5282, Contracting Officer, Robert W. Tyrrell, (781)377-2930
- E-Mail Address
- Click Here to E-mail the POC (Lowell.Manning@hanscom.af.mil)
- Description
- Research and Development Sources are sought in support of the Space Weather Center of Excellence (VSBX), Battlespace Environment Division, Space Vehicles Directorate of the Air Force Research Laboratory (AFRL), Hanscom Research Site, Hanscom AFB MA, to provide support to develop a Digital Ion Drift Meter. The measurement objective of an Ion Drift Meter is to detect the angle of arrival of thermal plasma ions encountered by a spacecraft, from which may be derived the local ion drift velocity. The measurements are made from a spacecraft in Low Earth Orbit, LEO, with the following conditions: satellite altitude, 300 to 1200 Km; orbit velocity, 7.5 Km/sec; plasma density, 102/cc -- 5x106/cc; ion and electron temperatures, 0.03 -- 0.4 eV. The ion drift measured objective is a precision of 10 m/sec over a range of 0 to 4000 m/sec. Individual ions are (digitally) detected by an appropriate technology; presumably a multi-channel plate, MCP, with a high-precision resolving anode. DIDM also needs to be insensitive to solar photon contamination over the entire range of ionospheric density. These research activities are a continuation of on-going research currently performed under Contract F19628-96-C-0144 with Amptek Inc., Bedford MA. The efforts shall include, but not be limited to, the following: 1. Meet all DIDM-II performance specifications provided in the Statement of Work included with the solicitation. 2. Have DM and RPA sample rates of a 1 to 64 Hz beginning selectable in powers of 2. 3. Have an overall count rate capability of no less than 1x106/sec. 4. Weigh no more than 2.2 Kg. 5. Consume less than 5.2 Watt average. 6. Be re-programmable in flight. 7. Have a ion distribution image of 256 to 512 pixels (per sensor) with boundaries precise to within 0.05 degree. 8. Respond to spacecraft potential data input from another instrument. 9. Communicate with the spacecraft via MIL-STD-1553 interface. 10. Allow for variable telemetry rate from 100 to 16,000 Bits/sec. 11. Maintain a housekeeping record of temperature, a high voltage monitor, low voltage monitor and mode stack monitor. 12. Have temperature limits of -20 -- +40 degrees Celsius when operating, and -20 -- +60 degrees Celsius when not operating. Interested potential sources should respond by indicating their ability to meet the following screening criteria, defined to be OF EQUAL IMPORTANCE: (a) Understanding the Problem -- The extent to which the proposal provides evidence that the offeror understands the problem. (b) Soundness of Approach -- The extent to which the proposal provides evidence that the offeror has a sound approach to meeting the contract requirements. (c) Compliance with Requirements -- The extent to which the proposal provides evidence that the contract requirements will be met. (d) Novel Approach -- The extent to which the proposal provides evidence that offeror's approach to solving the problem is innovative. (e) Experience and Qualifications -- The extent to which the offeror possesses the necessary experience and qualifications to meet contract requirements. (f) Management Capability -- The extent to which the proposal provides evidence that the offeror possesses the management capability necessary to meet contract requirements. The workload is estimated to be 4.39 man years. Period of performance is estimated to be thirty-six (36) months, anticipated to begin in the 3rd quarter of FY01. Offerors interested in documenting their capabilities to perform this work should reference Synopsis #AFRL/VSB01-01 in responding to the Deputy for Small Business, Attn: Mr. David Condon (ESC/BC), 275 Randolph Rd, Hanscom AFB MA 01731-2818. Prospective contractors should submit capability packages documenting their capabilities in the above stated areas. Offerors should list persons from customer firms whom the Air Force may contact to verify applicable work experience and performance. Firms should specify whether they are a large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business or women-owned small business. Each offeror responding to this synopsis is requested to submit with its reply a name and telephone number for a point of contact. The Government will solicit those firms meeting the screening criteria in this synopsis. Any offeror initially judged to be unqualified will be provided a copy of the solicitation upon request and any offer such a firm might submit will be evaluated without prejudice. An Acquisition Ombudsman, Colonel Joseph Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Acquisition Ombudsman at 781-377-5106. This synopsis is for information and planning purposes, does not constitute an IFB or RFP, and is not to be construed as a commitment by the government. Closing date for submission of responses is thirty (30) days from the publication of this notice. See Notes 25 and 26. Note 25 information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
- Web Link
- ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
- Record
- Loren Data Corp. 20010417/ASOL015.HTM (D-103 SN50J1Q3)
| A - Research and Development Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|