Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
MODIFICATION

A -- Communications-Electronics Research Development and Engineering Command Intelligence and Information Warfare Directorate Broad Agency Announcement (BAA) - Amendment 2

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGU) Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU16RA330
 
Archive Date
9/25/2019
 
Point of Contact
VERYON MOORE, Phone: 4438614644, Anthony Alllen Berkos, Phone: 4438614635
 
E-Mail Address
veryon.c.moore.civ@mail.mil, anthony.a.berkos.civ@mail.mil
(veryon.c.moore.civ@mail.mil, anthony.a.berkos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.1. The purpose of the amendment is to provide information for innovative research and development of counter-concealment radar system concepts, components and technologies. 1.2. The Army is seeking information on innovative approaches to develop a Counter-Concealment Sensing (C-CS) capability to detect stationary and moving targets when installed on a fixed wing aircraft. The radar must have a Synthetic Aperture Radar (SAR) mode and Ground Moving Target Indicator (GMTI) mode, referenced within ISR Sub-topic #2 - Radar Applications. 1.3. The Army is considering a four (4) year Technology Demonstration contract consisting of a detailed design and development of a C-CS SAR/GMTI radar technology demonstrator that will progress through laboratory, rooftop and surrogate platform flight testing. Included in this effort is the development of exploitation tools and techniques that provide capabilities for feature-aided discrimination and tracking, sensor resource management, pattern analysis and change detection. 1.4. The radar design will employ an open architecture that will enable a modular approach to provide a scalable capability for multiple airframe configurations. A key focus area for open architecture is the definition and documentation of open and non-proprietary electro-mechanical and software interfaces between system components. 1.5. The Army intends to award one (1) contract dependent upon available funding. The Government cost limitation for the twelve (12) month Base is $6.8M, and $17.6M total for the three (3) twelve (12) month option years. The decision to award options will be based upon design progress, risk mitigation, cost realism, potential operational capabilities and available funding. The Army expects that a Technology Readiness Level (TRL) 6 C-CS SAR/GMTI technology demonstrator will be delivered at the end of the contract. All contracts will include a Contract Line Item Number (CLIN) for technical data and unlimited data rights. Technical data will consist of, but not be limited to, specifications, drawings, software, and interface control documents to support an open architecture. 1.6. Participation will be limited to US DoD contractors possessing at a minimum a SECRET clearance. Radar performance objectives will only be provided upon Government verification of appropriate security clearance. Interested parties must provide the address, CAGE code, and security point of contact for the facility where work will be performed with their request for further information by contacting the Radar Systems & Identification Division via email at usarmy.apg.cerdec.mbx.i2wd-fopen-rfi@mail.mil. Appropriate contractor personnel working on the white paper must have, at a minimum, SECRET clearances at the time the performance objectives are requested. All contractor staff who will work the program must have, at a minimum, SECRET clearances by the date of award. Shipping of SECRET or CONFIDENTIAL material to the I2WD must adhere to specific instructions. You can request these instructions via email at usarmy.apg.cerdec.mbx.i2wd-fopen-rfi@mail.mil. 1.7. Upon posting of this BAA Supplement contractors must submit the required security information and request the additional radar performance information no later than 7 calendar days after posting of the amendment. The Government will provide the radar performance objectives to contractors within two weeks of receipt of the request. Contractors will then have 30 days to submit their white papers. White papers will be limited to 25 pages. The Government will invite contractor proposals for all White Papers determined to demonstrate a thorough understanding of the problem and a sound technical approach to developing a viable solution. This does not preclude all interested parties from submitting a proposal in accordance with the BAA. Proposals will be required 45 days after receipt of Government invitation. The Government will perform a technical evaluation of all proposals. Contract award is anticipated in 2nd Quarter Fiscal Year 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3111dc13e584f83ea961b8eda45a77ac)
 
Place of Performance
Address: 6003 Combat Drive, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04590789-W 20170723/170721235701-3111dc13e584f83ea961b8eda45a77ac (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.