Federal Bid

Last Updated on 27 Apr 2014 at 8 AM
Sources Sought
Colorado springs Colorado

Infrared Mission Analysis (IRMA)

Solicitation ID 14-045
Posted Date 11 Apr 2014 at 6 PM
Archive Date 27 Apr 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Colorado springs Colorado United states 80914
 

The US Air Force Defense Support Program (DSP) and Space-Based Infrared System (SBIRS) program intends to issue a contract to evaluate all missile events, how the events are disseminated across the missile warning communication paths, issues with the mission processing algorithms and databases, work within established processes and working groups to evaluate changes to the mission processing algorithms and databases, and coordinate changes with the United States Strategic Command (USSTRATCOM) - led missile warning working groups.  Infrared Mission Analysis (IRMA) is currently envisioned by the Government to be awarded as a single contract, with a 24 month period of performance. The new contract, IRMA, requires the following support:  

 

(1) Missile event analysis - extract missile event data for every missile event, identify the best possible data from the sensors, play the extracted data through an analysis and debugging version of the operational mission processing algorithms and then compare the "best possible" performance to the actual real-time results, results from related Joint Tactical Ground Station (JTAGS) systems and interim SBIRS systems, and truth data for that event from the Intelligence Community (IC).  Results to be disseminated approximately weekly following events;

 

(2) Missile event report troubleshooting - when operational messages or interim SBIRS systems output differ from IC truth data, perform initial root cause assessment to determine whether the difference arises from an inherent limitation, specific characteristics of the viewing sensor(s), issues with on-board algorithms, issues with ground-based mission processing algorithms, issues with the threat profile database, or discrepant aspects of the IC data.  Provide an initial outbrief at the weekly meetings from the aforementioned above, nominally within two (2) weeks of the event;

 

(3) When directed, evaluate changes to on-board processing algorithms, ground mission processing algorithms, and/or threat profile databases. Coordinate with appropriate IC collaborators, DSP, SBIRS, IRMA Program Office specialists, Operational specialists and USSTRATCOM-led evaluation boards;

 

(4) Threat profile development, evaluation, and ingestion - as directed, create interim threat profiles in support of USSTRATCOM objectives through the use of detailed event raw data extractions, characterization, correction for atmospheric attenuation and other effects, manipulation of raw data, and extrapolation of source characteristics and signatures. Identify key events and parameters required by mission processing algorithms and create appropriate database update files. When threat profiles are made available from external sources, identify key events and parameters required by mission processing algorithms and create appropriate database update files. Perform regression testing for potential database updates by playback of available event data to ensure mission processing software is not adversely affected by use of the new threat profile. Present regression test statistical analysis with fully coordinated community support to USSTRATCOM-led change process; 

 

(5) Contractor facility supporting on-orbit operations must have current access to SBIRS/DSP mission data, and be Defense Security Service (DSS) certified, and be capable of processing classified information as required by the DSP and SBIRS constellation. The contractor retains responsibility for recapitalization and/or replacement of any hardware/equipment obsolescence throughout the duration of the contract, as well as tools and Infrastructure support (maintaining licenses, databases, mission event archives, simulations and tools for use in the mission event analysis and threat profile development activities);

 

(6) Program support includes management of contractor team and contract business operations segment to track financial issues and deliverables;

 

(7) Capability to develop software tools and command plans;

 

(8) Support at various Government sites;

 

(9) The Government may also include rapid prototyping of data processing enhancements that maximize the utility of constellation data; and (b) mission processor initiatives.  Interested parties must possess knowledgeable, capable, and experienced individuals with the proper security clearances who can provide real time assistance/guidance to government satellite operators at the Mission Control Station and any backup site supporting operations. 


Statement of Capabilities
 

Any interested source that is capable of meeting the Government's requirements detailed in this notice should submit a Statement of Capabilities (SOC) and Qualifications to the technical and contracting POCs listed below by 1500 PST on 26 April 2014. Responses are limited to seven (7) pages with 1-inch margins using Times New Roman at no smaller than font size of 12. The SOC and qualifications statement will be evaluated solely for the purpose of determining the respondent's ability to meet the Government's needs and schedule as described above   As a minimum, the SOC should include the following: personnel/size standard, company name, mailing address, point of contact and telephone numbers, business size classification, large, small or other, and experience-specific work previously performed relevant to this effort. Consequently, respondents' submissions should contain as many specific technical details indicating how the respondent can meet the Government's needs and schedule. Oral communications are not acceptable in response to this notice. Responses from small business and small, disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The small business size standard for NAICS 541712 is 1,000 employees. A determination not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the Government. The government will use the SOC to determine if there is sufficient interest in the marketplace from qualified sources to develop its acquisition strategy. This announcement is for information and planning purposes only. It does not constitute a Request for Proposal and is not to be construed as a commitment by the government. The Government will not pay any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such. Verbal responses will not be accepted.

BE ADVISED: An Ombudsman will be appointed to hear concerns from potential respondents. The purpose of the Ombudsman is to receive and communicate concerns from potential respondents when a respondent prefers not to use established channels to communicate his/her concern during the proposal development phase of this proposed acquisition. The Ombudsman will communicate certain respondent issues, disagreements, and recommendations on this proposed acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate a respondent's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the respondent. The Ombudsman will not participate in the evaluation of SOCs for this proposed acquisition. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the POCs listed below.

Technical Points of Contact

Capt Christopher Puopolo, SMC/ISDC
Email: [email protected]
Phone: (310) 653-0782

Ms. Debora Moore-Frey, SMC/ISE
Email: [email protected] 
Phone: (310) 653-4436
 

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Sep 2017 at 4 PM
Colorado 23 May 2024 at 4 AM
Colorado 23 May 2024 at 4 AM
Fort bragg North carolina 15 Sep 2017 at 3 PM
Tampa Florida 15 Sep 2017 at 3 PM

Similar Opportunities

Ridgecrest California 31 Mar 2026 at 4 AM (estimated)
Ridgecrest California 22 Oct 2025 at 4 PM
Springfield Virginia 01 Oct 2025 at 3 PM