Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1995 PSA#1433

WL/AAKR, BLDG. 7 2530 C STREET WRIGHT PATTERSON AFB, OH 45433-7607

A -- RECCE/INTEL LASER CROSSLINK CBD SYNOPSIS DUE 103195 POC Betty Runion, Contract Negotiator, 513-255-6908. INTRODUCTION: Wright Laboratory (WL/AAKR) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted no later than 31 Oct 1995, 1500 hours Eastern Time, to WL/AAKR, Bldg 7, Betty L. Runion, 2530 C Street, Wright-Patterson Air Force Base OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposals received after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any 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/AAKR Bldg 7, 2530 C Street, Wright-Patterson Air Force Base OH 45433-7607, telephone (513) 255-6908. This guide may also be found on and downloaded from the Internet at the following URL address: HTTP://WWW.WL.WPAFB.AF.MIL/CONTRACT/HP.HTM. B--REQUIREMENTS: (1) Technical Description: The purpose of this effort is to develop the technology necessary to demonstrate long range, high bandwidth laser communications between two high altitude aircraft. The proposed solution shall be minimally capable of 1.0 gigabits per second data exchange at a range of 500 kilometers when installed in an aircraft. The system design should be capable of operating with multiplexed data and incorporate the use of error detection and correction codes. The laser communications terminal should utilize innovative acquisition, signal detection, and tracking techniques to enable it to have at least +180 degree azimuth and zero degree to 90 degree elevation field of regard on an aircraft when it is mounted within an AN/AAQ-15 or similar size turret husing. Applications of the laser communications include recce/intel data relay between aircraft and then via a radio frequency (rf) link to a ground facility for analysis and dissemination, therefore, the laser communications system must have the ability to interface with a Common Data Link (CDL) onboard the aircraft. The overall effort is to begin with a limited scope analytical effort detailing a series of risk reduction activities that will lead to an operational capability, then progress through each of these activities, culminating in an air-to-air flight demonstration using business size jet aircraft to emulate mission operations. Due to the compressed time period of this effort and the limited available funding, it would be expected that the offerors will take maximum advantage of existing hardware and software to accomplish the laser terminal development, system integration, aircraft installation, and flight demonstration. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly, (b) Project Planning Chart, DI-MGMT-80507A/T, monthly, (c) Funds and Man-Hour Expenditure Report, DI-FNCL-80331, monthly, (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, (e) Contract Funds Status Report (CFSR), DI-F-6004B/T, QRTLY, (f) System/Segment Design Document, DI-CMAN-80534/T, ONE/R, (g) Presentation Material, DI-ADMN-81373/T, ASREQ, (h) Informal Technical Data, DI-H-30255, ASREQ, (i) Scientific and Technical Reports, Interim Report, DI-MISC-807 11/T, ONE/R, (j) Scientific and Technical Reports, Final Report, DI-MISC-807 11/T, ONE/R. The incremental brassboard, along with all modules and spares, shall be a hardware delivery item. (3) Security Requirements: The work performed under this contract will require access to material classified up to and including SECRET. (4) Other Special Requirements: International Traffic In Arms Restrictions (ITAR) apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the basic program will be 40 months, which includes 36 months for the technical effort plus four months for the final report. Options, which may extend the Period of Performance, are explained below. (2) Expected Award Date: on or about 03 Apr 1996. (3) Government Estimate: The Government anticipates multiple contracts will be awarded at an aggregate program alue of approximately $3,000,000.00 spread over three years. In the event multiple contract are awarded for different tasks, contractors shall be required to enter into associate contractor agreements with other awardees. Any resulting contracts shall include the associate contractor provision. The Government funding profile is estimated to be as follows: FY 96, $1,000,000.00, FY97, $1,000,000.00, and FY98, $1,000,000.00. Options are estimated to be $7,000,000.00 total. The options include: (1) the fabrication or upgrade of additional laser terminals, estimated to cost $2,000,000.00, to be exercised no earlier than six months after contract award and no later than 18 months after contract award, the period of performance is expected to be 12 months, (2) the modification, installation, and airborne testing with additional aircraft, estimated to cost $2,000,000.00, to be exercised no earlier than 12 months after contract award and no later than 24 months after contract award, the period of performance is expected to be 18 months and (3) demonstrate transition to operational capability with CDL compatibility, estimated to cost $3,000,000.00 to be exercised no earlier than 14 months after contract award and no later than 26 months after contract award, the period of performance is expected to be 12 months. Depending on when the options are exercised the period of performance of the contract may be extended. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to Government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost Reimbursement (no fee). Any grants or cooperative agreement awarded will be cost (no fee). (5) Government Furnished Property: None contemplated (6) 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--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial informationcontained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five 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. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 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 contacting office cited. The option(s) shall be costed separately. (3) Technical Proposals: 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. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. PL 98-94 applies. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, with their proposal. Any question concerning the Technical Proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The Technical Proposal shall be limited to 75 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. All charts, photographs, Statement of Work (SOW) and tables are included in the total page count. Indices and resumes are not included in the total page count. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitatins, however, offerors are requested to keep cost proposals to 75 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. However, it may be 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 one or more sources for award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of equal importance: (a) new and creative solutions, (b) soundness of offeror's technical approach, (c) planning for risk reduction approaches, (d) offeror's understanding of the scope of the technical problem, as demonstrated by detailed discussion of the requirements, potential design solutions, and trade-offs necessary in the development, installation, and testing of a recce/intel laser crosslink in currently fielded and future high altitude aircraft, (e) the availability of qualified technical personnel and their experience with applicable technologies, (f) the offeror's past experience with laser and CDL communications technologies and architectures, (g) the availability of necessary research, development, and test facilities, and (h) organization, clarity, and thoroughness of the proposed SOW. Cost, which includes consideration of proposed budgets and funding profiles, 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 of a contract, grant, or cooperative agreement any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F--POINTS OF CONTACT: (1) Technical Point of Contact Point: Program Engineer, Robert J. Feldmann, WL/AAAI, Bldg 620, 2185 Avionics Circle, Wright-Patterson Air Force Base OH 45433-7301, (513) 255-4742. (2) Contracting/Cost Point of Contact: Questions relaed to the contract/cost issues should be directed to Wright Laboratory, Directorate of Research and Development Contracting, Betty L. Runion, WL/AAKR, 2530 C Street, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-6908. (0257)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950915\A-0001.SOL)


A - Research and Development Index Page