|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305R&D Contracting Division, Bldg 7, 2530 C St, WPAFB OH 45433-7607 A -- LASER WAVELENGTH IDENTIFICATION TECHNIQUES SOL PRDA 95-13-AAKD
DUE 050395 POC Mr. Fred Kirchner, Contract Negotiator, or Mr. James E.
Leighty, Contracting Officer, (513) 255-2206/5252. INTRODUCTION:
Wright Laboratory (WL/AAKD)is interested in receiving proposals
(technical and cost) on the research and development (R&D) effort
described below. Proposals in response to this PRDA shall be submitted
by 1500 hours, 03 May 1995, Eastern Time, addressed to Wright
Laboratory, R&D Contracting Division, Building 7, Area B, 2530 C
Street, ATTN: Mr. Fred Kirchner, WL/AAKD, Wright-Patterson AFB OH
45433-7607. Proposals shall be submitted in accordance with this
announcement. This is an unrestricted solicitation. Small businesses
are encouraged to propose on all or any part of this solicitation.
Proposal submission after the cutoff date specified herein shall be
treated in accordance with restrictions of FAR 52.215-10, copy of this
provision may be obtained from the contracting point of contract.
There will be no further Request for Proposals (RFP) or other
solicitation issued in connection with this requirement. Offerors
should be alert for any required PRDA amendments that may be published.
This PRDA may be amended to allow subsequent submission of proposal
dates. Offerors should request a copy of the WL Guide entitled, ''PRDA
and BAA Guide for Industry''. This guide was specifically designed to
assist offerors in understanding the PRDA/BAA proposal process. Copies
may be requested from WL/AAKD, Wright-Patterson AFB OH 45433-7607,
(513) 255-5252. B-REQUIREMENTS: (1) Technical Description: Specific
technical requirements and other information follow. The contractor
shall provide the personnel, facilities, and equipment necessary to
design, develop, test, and demonstrate the objectives as outlined in
this announcement. The offeror's proposal shall specify the principal
investigator and all locations where work will be performed for this
program. The objective of this program is to develop and demonstrate
techniques for the discrimination of laser wavelengths for laser
warning receivers (LWR). Program emphasis is on improving aircrew
situation awareness, target identification, and countermeasures
selection and direction through direct application of technology
developments which provide a ircrews hostile laser wavelength
identification. The goal of this program is to demonstrate spectral
resolutions sufficient to uniquely identify laser sources for
situational awareness and the direction of appropriate countermeasures
using the smallest number of apertures. The program should emphasize
pulsed laser systems. For this demonstration, the resolution goal is 10
nanometers over the spectral range of 400 to 1100 nm. The system
detection threshold should be suitable for LWR application in realistic
operating environments. The technology should be developed considering
the effects of the LWR operational environment including: 1)
Background signals such as direct solar illumination, glints, and other
natural and man-made optical sources, 2) Propagation issues including
at least angle-of-arrival, scintillation, scattering, and off-axis
effects, and 3) Other considerations relevant to the proposed
technology which may effect its performance which may include such
factors as sensor shadowing, window degredation, EMI, vibration and
shock, and others. The contractor shall concentrate on either an
integrated aperture or a sub-system approach. Novel and effective
integrated aperture approaches will receive first consideration.
Integrated aperture approaches shall provide complete arameterization
of laser sources including wavelength, direction of arrival, and pulse
temporal characterization including pulse repetition frequency from a
single aperture or small integrated aperture set. Integrated
approaches will have a maximum input aperture of 25 cm2 and a wide
field-of-view of approximately 90 by 90 degrees. Sub-system approaches
will only provide wavelength identification subsystems based on either
a small discrete package or a fiber-optically coupled package. The
discrete package shall have a maximum aperture of 7 cm2, and shall have
a wide field-of-view of approximately 90 by 90 degrees. Fiber optic
implementations shall have a fiber optically coupled input aperture
with a maximum size of 0.25 cm2, and shall have a narrow individual
field-of-view of approximately 10 to 30 degrees. Enough repeated fiber
input apertures are required to provide coverage over a total
field-of-view of approximately 90 by 90 degrees. The effort should
produce a breadboard technology demonstration system suitable for
laboratory and field testing. All implementations shall provide
automated single pulse detection/discrimination with data output via a
computer communication standard such as R-32C or RS-423. (2)
Deliverable Items: The following deliverable data items shall be
required. (a) R&D Status Report, DI-A-3001A/T (monthly), (b) Informal
Technical Information Contractor's Voucher, DI-S-30593/T (monthly), (c)
Presentation Material, DI-A-3023A/T (original and ten hard copies at
SRR, PDR, CDR, and TRR), (d) Scientific and Technical Reports, Final
Technical Report, DI-MISC-80711/T (draft at 30 days prior to flight
test and reproducible final at 24 months after contract start date),
(e) Test Plan/Procedures, DI-NDTI-80808/T (draft plan at PDR, final
plan at CDR, draft procedures at CDR, final procedures at TRR), (f)
Funds and Manhour Expenditure Report, DI-FNCL-80331/T (monthly), (g)
Conceptual Design Drawings and Associated Lists, DI-DRPR-91001/T,
(Submit at first design review, revisions as require to maintain up to
date and accurate drawings and lists), (h) R&D Test and Acceptance
Plan, DI-T-30774, Tailored to require only Block 10, para 10.2.a,
(draft at 20 MAC, final at 22 MAC), (i) System Safety Hazard Analysis
Report, (DI-DRPR- 91001/T, (draft at 20 MAC, final at 22 MAC). (NOTE:
/T means tailored to contract format). The government has unlimited
rights to all data, software and/or hardware designs brought into this
program and/or further developed in this program. The government has
unlimited rights to all data, software and/or hardware designs totally
developed in this program. (3) SECURITY REQUIREMENTS: It is
anticipated that w ork performed under this contract will be classified
up to and including the SECRET level, and the performance of this
effort will require access to and generation of classified material.
The governing security classification guide will be the Wright
Laboratory Electronic Warfare Security Classification Guide (SCG),
dated 1 March 1989 and change letter dated 16 August 1991. Copies may
be obtained from the project engineer cited below. Offeror must supply
a TEMPEST plan with the submission of the proposal. (4) ITAR and
Public Law (PL) 98-94 are applicable to this effort. Therefore, in
accordance with PL 98-94 and AFR 80-34, the Offeror(s) shall provide
evidence registered DD Form 2345 ''Military Critical Technical Data
Agreement''. In the absence of such evidence, the Offeror shall obtain
DD Form 2345 approval by writing to the Commander, Defense Logistics
Service Center, ATTN: DLSC/FEB, Federal Center, Battlecreek MI
49017-3084, (800) 352-2572. C--ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 24 months. The Contractor shall also provide for an
additional five months for processing/completion of the final report.
(2) Expected Award Date: 3rd Quarter of 1995. (3) Government Estimate:
Three pers on-years of effort. (4) Type of Contract: Cost Plus Fixed
Fee Contract (CPFF). (5) Government Furnished Equipment: It is the
Offeror's responsibility to identify and arrange for use of any
equipment be it contractor- owned and furnished or government-owned and
furnished. (6) Size Status: Firms responding should indicate whether
they are or are not a socially and economically disadvantaged business,
a Historically Black College or University/Minority Institution,
whether or not they are a woman-owned business, and should also
indicate their size status. For the purpose of this acquisition, the
size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned
Firms: Such firms are asked to immediately notify the Air Force point
cited below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in this acquisition. D--ROPOSAL
PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should
apply the restrictive notice prescribed in the provision at FAR
52.215-13. Restriction on Disclosure and Use of Data, to trade secrets
or privileged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed elsewhere herein. A technical and cost proposal,
submitted ins separate volumes, is required. Proposals must reference
the above PRDA number. Proposals shall be submitted in an original and
six copies. All responsible sources may submit a proposal which shall
be considered against the criteria set forth herein. Offerors are
advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the Government. Proposals shall
be made valid for Government acceptance for a period not less than 180
days after the cut-off date. (2) Cost Proposal: The accompanying cost
proposal/price breakdown shall be supplied on an SF Form 1411, together
with supporting schedules, and shall contain a person-hour breakdown
per task. Copies of the above-referenced forms may be obtained from the
contracting office cited. (3) Technical Proposal: The technical
proposal shall include a discussion of the nature and scope of the
research and the technical approach. Additional information on prior
work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who will be participating in this
effort should also be included as attachments to the technical
proposal and are not included in the page limit. The technical proposal
shall include a Statement of Work (SOW) detailing the technical tasks
proposed to be accomplished under the proposed effort and suitable for
contract incorporation. The SOW shall be prepared in accordance with
the Wright Laboratory (WL) PRDA/BAA Guide for Industry. Any questions
concerning SOW preparation shall be referred to the Technical Point of
Contact (POC) cited in this announcement. (4) Page Limitations: The
technical proposal shall be limited to 50 pages (12 pitch or larger
type), double spaced, single sided, 8.5 by 11 inches. Pages in excess
of this limitation will not be considered by the Government. Cost
proposals have no limitation, however, offerors are requested to keep
cost proposals to 50 pages as a goal. (5) Preparation Cost: This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered an allowable direct charge to any resulting or
any other contract. It may be, however, an allowable expense to the
normal bid and proposal indirect cost as specified in FAR 31.205-18.
E--BASIS FOR AWARD: The selection of the source for the contract award
will be based on a scientific and/or engineering evaluation of
Offerors' responses (both technical and cost aspects) to determine the
overall merit of your proposal in response to the announcement. The
technical aspect, which is ranked as the first order of priority, shall
be evaluated based upon the following criteria which are of equal
importance: (a) new and creative workable solutions, (b) the soundness
of the proposed approach to accomplish the scientific and technical
objectives of the contract, (c) the competence and availability of
experienced engineering, scientific, and other technical personnel, (d)
the Offeror's overall experience on efforts related to the technical
requirements, (3) the availability of the necessary research and
development facilities, (f) the Offeror's capability to demonstrate the
concepts being proposed. Cost is ranked as the second order of
priority. No other evaluation criteria will be used. The technical and
cost information will be evaluated at the same time. The Air Force
reserves the right to select for award any, all, part, or none of the
proposals received. F--POINTS OF CONTACT: (1) Technical Contact Point:
Questions on technical issues may be referred to the Project Engineer,
Mr. Matthew P. Dierking, WL/AAWP-3, Hangar 4B, 3050 C Street,
Wright-Patterson AFB OH 45433-7300, (513) 255-9272. (2)
Contracting/Cost Contact Point: Questions related to contract/cost
issues should be directed to the Wright Laboratory, Directorate of
Research and Development Contracting, Building 7, Area B, Mr. Fred
Kirchner, WL/AAKD, 2530 C Street, Wright-Patterson AFB OH 45433-7607,
(513) 255-5252. (0074) Loren Data Corp. http://www.ld.com (SYN# 0002 19950316\A-0002.SOL)
A - Research and Development Index Page
|
|