Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOURCES SOUGHT

A -- Wideband Antennas and Sources Research (WASR)

Notice Date
8/23/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117
 
ZIP Code
87117
 
Solicitation Number
BAA-04-DE-05
 
Point of Contact
Todd Mathie, Contract Specialist, Phone 505-846-4626, Fax 505-853-3398, - Steve Young, Contracting Officer, Phone 505 846 4624, Fax 505 853 3398,
 
E-Mail Address
todd.mathie@kirtland.af.mil, Steven.Young@kirtland.af.mil
 
Description
The High Power Systems Branch of the Air Force Research Laboratory, Directed Energy Directorate (AFRL/DE), Kirtland AFB, New Mexico, is seeking innovative techniques and approaches to research requirements for the Wideband Antennas and Sources Research (WASR). THIS ANNOUNCEMENT IS A PRESOLICITATION/ADVANCE NOTICE ONLY. THE SOLICITATION WILL BE ISSUED UNDER BAA 04-DE-05 ON OR ABOUT 30 SEPTEMBER 2004. DO NOT SEND PROPOSALS IN RESPONSE TO THIS ANNOUNCEMENT. The objective of the WASR is to design and develop innovative high power microwave (HPM) wideband antennas and sources, analysis of new materials, develop impulse radar technology for target detection and identification, and conduct theoretical analysis on advanced HPM concepts. AFRL/DE proposes to develop and/or enhance these capabilities by developing innovative concepts in the areas of gas switched and solid-state switched sources, high voltage transformers, antennas, material physics, propagation, and breakdown. In order to verify the advanced theory of concepts, the contractor shall conduct experiments with prototypes, modeling, and simulation. The overall goal of the contractor?s technical efforts shall be to improve and enhance present high power wideband capabilities in the areas of gas switched sources, solid-state switched sources, high voltage transformer development, antenna designs, new materials analysis, propagation and breakdown studies, effectiveness studies, and other high power wideband source technology. The metrics for success will involve scientific advancement and breakthroughs in understanding of HPM microwave sources and antenna technologies. The contractor shall document the results of these efforts in AFRL technical reports. WASR encompasses HPM wideband source and antenna design and development, material studies, target detection and identification, and advanced concept studies. The goal of this effort is to improve and enhance present HPM wideband capabilities in the areas of gas switched sources, solid-state switched sources, high voltage transformer development, antenna designs, new materials analysis, propagation and breakdown studies, and other HPM wideband source technology. We are seeking new approaches in the areas of experimental planning & execution, pre-and post-experiment analysis, and model validation/verification. The successful offeror shall propose innovative ideas to advance HPM wideband technology and apply this technology to modern warfighter systems. The successful offeror shall also demonstrate extensive knowledge on the physics of wideband technology. The estimated total program budget for these efforts is approximately $25M over five years (FY05: $5M; FY06: $5M; FY07: $5M; FY08: $5M; FY09: $5M). This amount is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period. The Government reserves the right to make more than one award. After the initial award, the Government may award task orders under each Technical Area without further competition. Offerors may propose on one or more Technical Areas. Technical Areas are described below. 1. Source Design and Development: The thrust of this activity is to design innovative high power microwave wideband sources, including gas switched and solid-state switched sources. The offeror shall provide innovative methods and approaches to developing high power microwave sources by applying and implementing state-of-the-art concepts and techniques. The major performance parameters for the wideband source development shall include the following: output voltage, output impedance, pulse risetime, repetition rate, weight, volume, prime power, degradation mechanisms, etc. The offeror shall include system engineering into the design and development of the HPM wideband sources. Modeling and simulation tools shall be used to assist in the designing of the critical components of the HPM wideband sources. 2. Antenna Design and Development: The thrust of this effort is to design and develop innovative HPM wideband antennas that will be used in the high power microwave technology development program. This effort shall included antennas that are specifically designed and optimized for radiating a distortionless replica of wideband transients. These antennas must be capable of transmitting high voltage (up to 1 MV) and high repetition rate (up to 1 kHz) signals, and have a fractional bandwidth of greater than 25 percent. The band width associated with transient antennas shall be distinguished from the approximately 10 to 1 bandwidth of the frequency independent antennas, such as the lo-periodic, spiral, flared- or tapered-notch antennas that are high dispersive and perform poorly as high-fidelity antennas for wideband impulsive waveforms. This effort also includes conducting studies on the implementation of antennas into high power microwave systems, use of lenses and reflectors to straighten out the wavefront, variations of current antenna designs, and design of receiving sensors. 3. Material Studies. The thrust of this effort is to analyze, evaluate, and experiment with new materials that can be used in high power systems. This effort shall provide innovative methods and approaches for the understanding of the physics of insulators, gases, and other materials that are used in developing high power wideband sources. This effort shall determine the optimal materials to be used in high voltage and high pressure areas. This effort shall also provide innovative methods and approaches to failure mode analysis and material breakdown phenomenology issues. 4. Target Detection and Identification: The thrust of this effort is to design and develop impulse radar technology for target detection and identification. Applications shall include people with hidden weapons, see through walls, and non-cooperative weapon systems hidden under tress. System technology development will include impulse transmit and receive antennas, highly stable impulse sources, high signal to noise receivers, and algorithms unique to this type of technology. 5. Advanced Concept Studies. The thrust of this effort includes theoretical analysis on advanced concepts that will be used in improving the capabilities of high power microwave wideband systems. This includes conducting studies on integrating high power microwave wideband systems into existing systems such as aircraft, radar, and other electronic systems, evaluating the effectiveness of high power microwave source design to disrupt target systems or for target identification, and conducting studies in areas such as propagation and breakdown. GENERAL INFORMATION. The Government anticipates awarding one or more Indefinite Delivery, Indefinite Quantity (IDIQ), Cost-Plus-Fixed Fee Task Order, completion contract, but reserves the right to award a FAR procurement instrument best suited to the nature of the research proposed. The contract award is anticipated to be unclassified, and is expected to have a five-year ordering period. In the event the Government is unable to conclude negotiations with the apparent successful offeror, we reserve the right to conduct negotiations with another offeror. If the offeror is a large business, any resultant contract will include a subcontracting plan, which must be submitted prior to award. In addition, AFMC 5352.209-9002, Organizational Conflict of Interest Clause, will be applicable, with probable inclusion of Alternates III, IV, and VI. The successful awardee will be required to enter into a non-disclosure agreement with the AFRL/DEOS support contractor to permit administrative access to proposal and contract data. Foreign-owned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award. It is expected that contractors may have access to, or generate, data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, offerors will need to be certified by the Defense Logistics Information Services (DLIS) prior to award. Contact the US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1-800-352-3572), or logon to http://www.dlis.dla.mil/CCAL for further information on certification and the approval process. Also, DD Form 2345, Militarily Critical Technical Data Agreement, must be completed by the successful offeror and processed prior to award of a contract. All DOE Federally Funded Research & Development Centers (FFRDCs) and DOD FFRDCs C3I Lab, Lincoln Laboratory or Software Engineering Institute may submit proposals in response to this solicitation. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in the proposal that research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that the research to be performed would not place the FFRDC in direct competition with the private sector. Offerors must mark their proposals with the restrictive language stated in FAR 52.215-1(e). For the purposes of this acquisition, the business size standard is 1000 employees, NAICS 541710. The acquisition is unrestricted, full and open competition. All firms submitting responses must reference this announcement and indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, an 8(a) firm, a woman-owned business, a hubzone certified small business, a historically black college or university, a minority institution, a veteran-owned small business or a service-disabled veteran-owned small business. The POC for technical questions about this acquisition is Mr. Robert Torres, phone (505) 846-0296. The POC for contractual questions is Todd Mathie, voice (505) 846-4626, email todd.mathie@kirtland.af.mil .
 
Place of Performance
Address: Kirtland AFB, NM
Zip Code: 87117
Country: USA
 
Record
SN00649522-W 20040825/040823212045 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.