|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1995 PSA#1482101 West Eglin Blvd, Ste 337, Eglin AFB FL A -- HARD TARGET PENETRATOR RADAR SENSOR SOL MNK 96-002 DUE 122095 POC
Dana Sillars, (904) 882-4294, ext 3411, Contract Specialist, or Lyle A.
Crews Jr, (904) 882-4294, ext 3428, Conracting Officer. Research and
development sources are sought to design, construct and demonstrate an
impulse radar for use as a Hard Target Penetrator radar sensor. The
purpose of this program is to build a forward looking radar sensor unit
which generates and transmits short EM impulses, detects the return
signals on a time scale and with enough definition to enable active
fuzing decisions during the hard target penetration event. The unit
should include source(s), efficient antenna(s) for transmission and
effective sensor(s) (receiving antennas) to provide pertinent
information on the media. Decoupling the transmitted and received
signals to ensure the proper extraction of the target signal is one of
big challenges. Current penetrators use time delay fuzes with the
delay set prior to the firing of the penetrator based on the estimated
target structure. Recently, accelerometer based hard target fuzes have
been developed. A forward looking sensor capable of identifying the
media and structure ahead of a penetrator by using impulse radar would
provide the next level of hard target (and perhaps
counter-proliferation) weapon fuze capability. The contractor shall
conduct a study, analysis, design, development, fabrication, test and
evaluation, delivery and training under this effort. Prospective
sources should be familiar with the concept of extremely short impulse
radar and provide evidence of their experience in the form of the
successful completion of contracts in relevant activity, technical
reports, journal publications, and presentations at technical meetings
and have a facility clearance of at least the SECRET level. It is
anticipated that the period of performance will be up to 36 months with
incremented 12-month tasks. The first phase (one year) is intended to
result in a breadboard unit consisting of existing components
integrated to a level which will enable detailed measurements in a wide
variety of target materials and locations, with special emphasis on
measurements to verify modeling efforts. The unit will be flexible
enough to be able to vary as many parameters as practical and will have
built-in hardware and software to facilitat these measurements
(including Labview (tm) software). The Government has taken
measurements and made estimates on the propagation and attenuation
characteristics of short impulse through media of interest. These
estimates will be updated as the Government in-house data base improves
and will be made available during the initial part of the effort. The
second phase (one year) will include design and trade studies
emphasizing state-of-the-art components and looking forward to
brassboard integration and algorithm development. The third phase (one
year) will address miniaturization and survivability issues and result
in a tactical design with survivability and cost estimates. The
Government estimates this effort to cost approximately $600,000. Firms
will be evaluated on their experience, personnel, and facilities.
Responses to this synopsis must be received within 15 days from date of
publication. Respondents to this notice will not be notified of the
results of the evaluation of information submitted. This synopsis is
for information and planning purposes only, does not constitute an IFB
or RFP, and is not to be construed as a commitment by the Government.
After statements of compatibility have been screened, a solicitation
will be issued to who, in the sole judgment of the purchasing activity,
has the potential of successfully fulfilling the requirements of the
planned contract. Firms responding to this synopsis should state
whether they are or are not a small business concern or a small
disadvantaged business concern as defined in FAR 52.219-1 and FAR
52.219-2, respectively. The Air Force reserves the right to consider a
small business set-aside based on responses hereto. This requirement
may be pursued sole source if the Air Force determines that only one
source is capable of satisfying the requirements. The Government
anticipates that Research and Development Streamlined Contracting
Procedures (RDSCP) apply to this acquisition in accordance with DFARS
235.70. A standard request for proposal (RFP) will not be issued. The
complete solicitation will appear in subsequent edition of the Commerce
Business Daily and proposals will be due 30 days after issuance of
solicitation. An Ombudsman has been established for this acquisition.
The only purpose of the Ombudsman is to receive and communicate serious
concerns from potential offerors when an offeror prefers not to use
established channels to comunicate his concern during the proposal
development phase of this acquisition. All potential offerors should
use established channels to request information, pose questions, and
voice concerns before resorting to use the Ombudsman. Potential
offerors are invited to contact ASC Eglin's Ombudsman, Colonel Timothy
R. Kinney at (904) 882-9051 with serious concerns only. Direct all
requests for information concerning technical aspects to Kwang Min,
WL/MNMF, Eglin AFB FL 32542-6810, (904) 882-2005, for contractual
information, contact Dana Sillars, WL/MNK, Eglin AFB 32542-5320, (904)
882-4294, ext. 3411. Firms having applicable interest, capability and
background should submit particulars in accordance with Numbered Note
25 to WL/MNK, Eglin AFB FL 32542-6810, Attn: Dana Sillars. (0334) Loren Data Corp. http://www.ld.com (SYN# 0009 19951201\A-0009.SOL)
A - Research and Development Index Page
|
|