Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2011 FBO #3478
SOLICITATION NOTICE

B -- SUBMILLIMETER WAVE RADAR SIGNATURE SUPPORT (ERADS)

Notice Date
6/1/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-11-R-0013
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
Stephanie Davis, 434 980-7295
 
E-Mail Address
National Ground Intelligence Center
(stephanie.davis19@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: USA NGIC ERADS Program is seeking to identify qualified sources capable of performing requirements in Submillimeter Wave Radar Signature Support. The purpose of the proposed Contract is to provide the US Army National Ground Intelligence Center (NGIC) Expert Radar Signature Solutions (ERADS) Program, and other Department of Defense (DOD) elements support: in the application of advanced submillimeter (SMM) wave (also called THz and FIR) technologies and systems for compact radar range operations within the constraints of the principles of electrodynamic similitude; to design and fabricate Government designated THz Spectrum active transceiver radars; to characterize radar dielectric properties of non-metallic materials from Government designated materiel and produce equivalent scaled materials for fabrication of model targets to be used in SMM wave compact radar ranges; to design and fabricate Government designated scaled high fidelity model targets of vehicles and other systems maintaining the principles of electrodynamic similitude for use in THz spectrum compact radar ranges; utilizing these THz compact radar ranges and dimensionally/electrically correct scaled model targets, to collect common radar band equivalent RCS, HRR, and ISAR capable data; and to process and analysis these data sets to produce a variety of typical and custom radar signature products. In order to maintain continuity of NGIC operations and production, the Contractor shall be familiar with and utilize National Instrument's LabVIEW Application software or its equivalent for all technical operations and data activities of the proposed Contract to include, but not be limited to, radars operations and their subsystems, compact range equipment and the interface between these systems, and data acquisition, processing and storage/archiving. This commercially available software is used in NGIC ERADS and current GFP systems. The contractor must be able to support the following requirements: A. Administrative/Security Requirements: The Contractor shall provide capability statements that include, but not be limited to, demonstration of past success in the areas of contract management, administration, fiscal responsibility, qualified personnel, OPSEC operations, and having qualified secure classified facilities. Sources must be able to perform work at the Secret//Sensitive Compartmented Information level, and must comply with security requirements as set forth in the Contract Security Classification Specification (DD Form 254). B. Technical Area Requirements: 1.NGIC Compact Radar Ranges and Facilities Support: The Contractor shall conduct the necessary investigations, studies, and reviews, and participate in conferences and meetings to maintain a state of the art level of expertise in all scientific, engineering, and technology areas related to SMM wave transceiver radar and compact range applications/facilities and understanding of operational and emerging radar systems. The Contractor shall provide a state-of-the-art capability for maintaining operational SMM wave radars and related sub-systems, including compatible software capability, in dedicated SMM wave Government and Contractor facilities, including Government furnished property (GFP). In critical situations, as determine by the Government, the Contractor shall respond and implement repairs to customized operational THz radars and compact range equipment on-site at NGIC within 48 hours of notification. Provide compatible improvements/upgrades for this equipment and facilities such as long term, stable; solid state and laser based THz transceivers and associated sub-systems, optics and optical components, free space pylon type and ground plane type scaled target stages, calibration objects, anechoic and dielectric materials and data acquisition, processing and display systems 2.SMM Wave Advanced Technologies, Transceiver Radars and Related Technologies: The Contractor shall design and fabricate Government specified THz spectrum compatible solid state, laser based, and other related technologies transceiver radars and compact range components/equipment for replacing or establishing improved capabilities in existing or new NGIC or Contractor compact range facilities. Incorporate emerging THz and related technological advances into new equipment for routine day to day long duration compact range operations. Possible examples of these new capabilities are systems such as 3-D ISAR imaging, Interferometric ISAR production, LO pylons and compact range mechanized target stages, and Doppler/ISAR moving target measurements. Other advance capabilities will be defined in order to maintain pace with emerging operational and developmental DOD radar systems. The Contractor shall maintain compatibility with existing similar NGIC ERADS systems. Items and systems produced shall be delivered, installed, demonstrated and made operational in the NGIC ERADS Program compact radar ranges or other Government designated facilities. 3.SMM Wave Material Design and Fabrication: The Contractor shall investigate, characterize, and fabricate a variety of customized properly scaled non-metallic materials, anechoics, and special subsystems for use in constructing high precision multiple scale factor target models, other man-made objects, simulated terrain ground planes, foliage, other background/clutter type objects, compact range chambers and SMM wave radar components. When necessary, commercially available and Government furnished material samples shall be investigated and characterized at conventional radar bands in order to derive the information necessary to design and fabricate the SMM wave electrodynamic similitude equivalent materials and/or subsystems. Requirements are for Government specified regions in the 160 GHz -3.0 THz frequency spectrum. 4.Scaled Target/Structure/Object Production and Fabrication Support: The Contractor shall provide NGIC ERADS Program and other DOD elements support in designing, fabricating, maintaining precise detailed, high fidelity, scaled model targets of vehicles, other man-made, and natural objects as designated by the Government. Detailed information for model target design and fabrication shall be obtained by the Contractor and/or will be provided by the Government. Final available vehicle/object information will determine the precise fidelity of each model target, along with close coordination with radar signature experts, and be agreed to by the Contractor and Government. Existing and emerging high fidelity metal and nonmetallic custom fabricated scaled materials/parts/components shall be integrated into model fabrication in order to maintain specified electrodynamic similitude requirements for data collections in a THz compact radar range. Both non-mechanized and fully mechanized scaled model targets shall be produced as needed to meet government radar signature collection requirements. Major vehicle components, such as rotors, wheels, turrets, radars, and principle weapon systems shall be articulable and be able to be locked into position for data collections from different target configurations. All model targets shall have ERADS Program compact range pylon/ground plane compatible mounting fixtures integral to the finished product. Additionally, the Contractor shall provide repairs and upgrades to existing target model inventory while maintaining original technical parameters and requirements. 5.Complex THz Radar Signature Collection Support: The Contractor shall provide NGIC and other DOD elements support in collecting, measuring, acquiring, and pre-processing of radar signature data/information from Government provided scaled model targets in THz compact ranges in full electrodynamic similitude conditions for producing common radar band data/signatures/products. Radar collection requirements will range from full linear or circular polarimetric RCS, HRR, ISAR capable or other Government specified radar capabilities, or combinations of these. Data collections will be required in free space and/or on specifically designed electrodynamic similitude correct ground terrain planes at a variety of pre-defined elevation angles and for full 370 degree azimuth sweeps. The complete measurement matrix and radar parameters will be Government defined. The Contractor shall maintain compatibility with existing NGIC ERADS Program data collection and archive capabilities. 6.THz Radar Data/Signature Processing, Analysis and Comparison Support: The Contractor shall provide NGIC and other DOD elements support in investigating operational radar system's data/signature requirements and in analyzing, exploiting, evaluating, comparing, and uniquely displaying required processed radar signature information. Government supplied or contractor collected radar data sets shall be processed and analyzed according to government designated specifications and shall include information such as; means, medians and statistics, RCS curves, HRR curves and movies, ISAR imagery and movies, and, when required, other special radar products. Data sets from field, turntable, scaled and full scale compact range, and electromagnetic prediction codes shall be processed, displayed and reported. Emphasis shall be placed on data sets obtained from THz compact radar ranges and customized fabricated scaled model targets that meet the conditions of electrodynamic similitude. When specified, detailed correlations or comparisons between data sets shall be completed, analyzed and reported. In performing these requirements, Contractor shall maintain compatibility with existing ERADS Program data processing capabilities, correlations and comparisons techniques, archived data sets, and signature products. ATTENTION The Performance Work Statement (PWS)and other sections of this RFP are classified as "SECRET" and contractors are required to have a facility clearance and access to classified informtion. This document is not subject to the Freedom of Information Act (FOIA). Proof of clearances must be submitted and verified before a copy of this RFP will be released to the requestor. SIPRnet access is required to view this document. A section of the document is classified as NOFORN. Distribution to non-US citizens is prohibited, regardless of their clearance or access permissions. Verification of US Citizenship will be required prior to the release of this document. Firms must submit the following informtion to the NGIC Contracting Office via email to stephanie.davis2@mi.army.smil.mil 1. Name of Contractor/Company/Firm 2. Cage Code 3. Contractor's address 4. Contractor's phone number 5. Contractor's NIPRnet email address 6. Contractor's SIPRnet email address 7. Point of Contact (Identify person's full name) 8. Scanned copy of Contractor's documentation of US citizenship Document must be one of the following items and clearly legible: (a) Undamaged US Passport (b) Certified Birth Certificate issued by a US city, county or state* (c) Consular report of birth abroad or Certification of birth (d) Naturalization certificate (e) Certificate of Citizenship * A certified birth certificate has a registrar's raised, embossed, impressed or multicolored seal, registrar's signature, and the date the certificate was filed with the registrar's office, which must be within 1 year of your birth. Please note: some short (abstract) versions of birth certificates may not be acceptable. A scanned copy of the certified document must be sent via email as annotated in #8 of the required submittal lsit.m If you do not have primary evidence of U.S. citizenship or your U.S. birth certificate does not meet the requirements, please reference the "Secondary Evidence of US Citizenship" website for the US State Department Bureau of Consular Affairs at http://travel.state.gov/passport/get/Secondary%20Evidence/Secondary%20Evidence_4315.html. ONCE THE FIRM'S CAGE CODE HAS BEEN VERIFIED IN THE ARMY CONTRACTOR AUTOMATED VERIFICATION SYSTEM (ACAVS), CONTRACTORS WILL BE ELIGIBLE TO RECEIVE THE CLASSIFIED RFP W911W5-10-R-003. THE CLASSIFIED RFP WILL BE SENT TO FIRMS VIA SIPRNET. PLEASE BE ADVISED THAT THE ACAVS VERIFICATION PROCESS MAY TAKE 3-5 DAYS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-11-R-0013/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02461250-W 20110603/110601234624-38937411c4eaa7547f562e7544eab84d (fbodaily.com)
 
Source
FedBizOpps 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.