Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1996 PSA#1550

Directorate of R&D Contracting, 2530 C Street, Building 7, Wright- Patterson AFB OH 45

A -- NIGHT VISION COUNTERMEASURES SOL PRDA #96-03-AAK (PAR DUE 042696 POC Contact Mark Sauls, Contract Negotiator, (513) 255-2976 or Michele Dickman, Contracting Officer at (513) 255-5252. A--INTRODUCTION: Wright Laboratory (WL/AAKE) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to the PRDA shall be submitted by 26 April 1996, 1500 hours Eastern Daylight Time, addressed to: Attn: Mark Sauls, Bldg 7, 2530 C Street, Wright-Patterson AFB, Ohio 45433-7607. Proposals shall not be submitted via facsimile transmission. 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''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/PKO, Wright-Patterson AFB OH 45433-6503, telephone (513) 255-6969. Copies may also be obtained on-line at http://www.wl.wpafb.af.mil. B--REQUIREMENTS: (1) Technical Description: The objective of this effort is to explore and determine the extent of the night vision threats to US aircraft and develop countermeasure techniques to defeat them. It can be said that in the past the US military ''owned the night''. However, we now share the night due to the proliferation of quality night vision equipment throughout the world. USAF air combat and support aircraft may engage adversaries who utilize such night vision equipment in future conflicts. The need exists to explore the extent of this threat. This effort shall provide the basis for an effective and affordable response to prevent this growing technology from gaining the upper hand against the Air Force's capability. This effort shall provide an understanding of the phenomenology, parameters, and physics involved with night vision equipment, and what can ultimately be achieved against this capability. Countermeasure approaches, concepts, or techniques, will then be found to defeat the threat, thus allowing the USAF to continue operating whenever and wherever needed. The approach for this effort is to first identify systems and classes of night vision equipment, and then determine what is known about their capabilities. The extent of the threat, along with an understanding of the target signatures and environmental considerations, will provide a guide for prioritizing the countermeasure development. The contractor will identify the problems involved in developing night vision countermeasures and determine the parameters and issues that must be addressed. The contractor shall develop a methodology to quantify these parameters. This methodology will be used to analyze the countermeasure techniques and concepts being developed to determine their relative figure of merit. Potential countermeasures should consider the overall systems approach as well as address the operational issues. With laboratory approval, the contractor shall acquire or use their own low-cost night vision hardware devices for breadboard tests where possible, to prove the concept feasibility. The contractor should not plan on any USAF GFE. The laboratory tests, analysis, and evaluation will be arranged by the contractor or conducted at the contractors facility. New and creative active and/or passive countermeasures shall be considered as well as existing techniques such as expendables, on-board jammers, combinations, masking, or any other special techniques. These tests, in conjunction with the projected night vision threat equipment, will be used to determine and recommend the best possible course of action for countermeasure concept development. (2) Deliverable Items: The following deliverable data items shall be proposed for the main program: (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-FNCL-81468/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 this effort is estimated to be 2 years. (2) Government Estimate: The Government funding is expected to be $460K. This funding 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: September 96. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Award of a grant or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. Any grants or cooperative agreements awarded will be cost (no fee). (5) Base Support: The government shall not be expected to provide base support for this effort. The effort shall be conducted at the contractor's facility. (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. Guidance concerning handling of classified information is contained in the ''Industrial Security Manual for Safeguarding Classified Information,'' available from your local Defense Investigative Service. (0071)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960312\A-0002.SOL)


A - Research and Development Index Page