Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1996 PSA#1537

R&D Contracting Directorate, Attn: WL/AAKR, Bldg 7, 2530 C Street, WPAFB OH 45433-7607

A -- COHEREN ANGLE/VELOCITY/RANGE COUNTERMEASURES TECHNIQUE - PART 1 OF 2 SOL PRDA #96-04-AAK DUE 040896 POC Contact Ms. Betty L. Runion, Contract Negotiator at (513) 255-5311. A--INTRODUCTION: Wright Laboratory (WL/AAKR) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to the PRDA shall be submitted no later than 08 April 1996, 1500 hours Eastern Daylight Time, addressed to: Wright Laboratory, R&D Contracting Directorate, Building 7, Area B, 2530 C Street, Attn: Ms. Vicki Fry, WL/AAKR, Wright-Patterson AFB, Ohio 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. Proposal receipt after the cut-off date and time specified herein shall be treated in accordance with the restrictions of FAR 52.215-10, 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 permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, ''PRDA and BAA Guide for Industry'' dated November 1992. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/AAKR, Wright-Patterson AFB OH 45433-7607, telephone (513) 255-5311. B--REQUIREMENTS:(1) Technical Description: The purpose of this effort is to develop/optimize coherent radar electronic countermeasures(ECM) techniques that exploit the unique capabilities of advanced digital technology. Digital RF Memories(DRFM's) and Direct Digital Synthesis(DDS) technologies are rapidly being introduced into consideration for inclusion in Electronic Warfare concepts and systems. However, a comprehensive examination of how best to apply this very promising and exciting new technology to the task of degrading/defeating the performance of coherent threat radars is still required. Therefore,this program will consist of four major tasks as itemized below. Tasks (a) and (b) will comprise the first phase and tasks (c) and (d) the second phase of the program. At the completion of the first phase the contractor must provide an oral presentation to the Government on the results of his efforts and, if satisfactory, the Government will thereafter provide written approval to proceed. NOTE: These Phases are not separately priced. Tasks are:(a)Identify/design best potential coherent ECM techniques. This includes examining typical advanced coherent threats such as a surface-to-air missile(SAM) system that uses a phased array pulse doppler target tracking radar(TTR) to find, acquire, track, illuminate and launch missiles at as many as six different targets at once. The contractor should determine the best on-board self-protection ECM techniques for degrading/defeating all modes of the TTR(search, acquisition and track) and missile seeker threats. (b)Develop concepts for implementing selected coherent ECM techniques with digital technology. Emphasis will be placed on getting the most benefit from the new technology-either in terms of advanced performance or reduced cost or both. The Advanced Monolithic DRFM(AMDRFM) and Digital Single Sideband Modulator(DSSM) under development by Wright Laboratory are of special interest. Information about these programs are available from the Technical point of contact. New or improved techniques that can defeat threats that are resistant to current ECM are especially desirable. Technical issues include the unique advantages/disadvantages of digital technology,angle techniques such as angle false targets and cross polarization,warning receiver interface requirements,DRFM spurious frequency levels and time to react to radar mode changes. Any additional development that is required should be highlighted. The other side of the coin is to insure that the new digital technology does not exhibit any inherent vulnerabilities to radar counter-countermeasures. If any are discovered, techniques for correcting or working around them should be developed. (c)Perform trade-off studies to estimate effectiveness as a function of hardware complexity and cost. For example,an ECM approach could be identified that would provide 90% reduction of lethality for high value, front-line aircraft against the most sophisticated coherent threats, another approach might provide 80% reduction of lethality for lesser value aircraft against a less advanced threat, and a third, 50% reduction of lethality against the less advanced threat. (d)Recommend two or three different practical conceptual system approaches that will give different levels of protection at significantly different cost levels so that the relative values of various approaches can be judged. Of course for a small effort such as this, reduction of lethality and cost can only be roughly estimated. (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/T, 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, Quarterly, (f) Presentation Material, DI-ADMN-81373/T, as required, and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final).(3) Security Requirements: TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (4) Other Special Requirements: International Traffic in Arms Regulations apply.C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 17 months. The contractor shall also provide for an additional 3 months for processing/completion of the final report. (2) Government Estimate: The Government funding profile is expected to be as follows:FY96-$10K, FY97-$340K, FY98-$150K. 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.(3) Expected Award Date: 1996 September.(4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants 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 will apply which could preclude their participation in this acquisition. A foreign offeror will not be eligible as a prime contractor for this program.(8) Security Requirements: It is anticipated that work performed under this contract may be classified up to and including the SECRET level. Performance of the effort will require access to classified material. Wright Laboratory's Electronic Warfare Security Classification Guide, 1 Mar 89 with Letter Change No. 1 dated 16 Aug 91, is the overall classification authority for this effort. Responders are reminded that classified responses shall be properly packaged, marked, transmitted, and addressed to the correct authority listed in Section A of this PRDA. (0052)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960222\A-0002.SOL)


A - Research and Development Index Page