|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1996 PSA#1570ASC/VXAK, 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6808 16 -- DRONE RADIO FREQUENCY (RF) ELECTRONIC ENHANCEMENT MECHANISM POC
Denise Green, Contract Specialist, 904/882-4400, Ext 5093 Randall
Culpepper, Contracting Officer, 904/882-9307, Ext 5097 Martha Williams,
Program Manager, 904/882-9307, Ext 5119. The Aerial Targets Integrated
Product Team (IPT), Aeronautical Systems Center (ASC), Eglin Air Force
Base, Florida, plans to contract for the Demonstration and Validation
(DEM/VAL) of a Drone RF Electronic Enhancement Mechanism (DREEM).
Successful DEM/VAL will most likely be followed by an Engineering and
Manufacturing Development (EMD) effort. During DEM/VAL, an MQM-107D
drone will be equipped with an electronics countermeasures (ECM)
capability to provide ECM similar to that of potential enemy fighters
(e.g. Noise & Deception, Response to Spot Noise, Velocity Gate
Pull-Off, and Doppler False Targets) for defense against radar guided
missiles and electronically modify the observed Radar Cross Section
(RCS) of the MQM-107D drone in order to provide radar signal returns,
representative of fighter class aircraft, to APG-68, APG-70 and the
AIM- 120 radar. The class and type of enemy fighter to be emulated will
be programmable prior to flight. The DREEM equipped drone RF
transmissions must have the representative characteristics at different
aspect angles from the simulated fighter aircraft to the weapon system
radars. Additionally, DREEM must provide built-in-test (BIT) and
telemetry signals sufficient to monitor the DREEM functions and
performance. The essential requirements of this contract will be: (1)
Design of DREEM to provide a radar return corresponding to
government-furnished data, this radar return must be provided both with
and without simultaneous ECM, (2) Integration of DREEM into a
government-furnished MQM-107D drone, (3) Ground-based demonstration of
DREEM capability to duplicate the ECM techniques and radar signature
return of the selected fighter at a qualified radar measurement test
site when mounted on a government-furnished MQM-107D shape, (4) Ground
and free-flight compatibility testing of the DREEM equipped MQM-107D
drone against airborne radar fire-control and radar missile guidance
systems. This testing is contemplated to be accomplished at a
government approved radar test facility, and Tyndall Air Force Base,
Florida. After contract award, the government contemplates providing
two MQM-107D to the offeror to be modified with DREEM equipment for use
in the test program. The government plans to make updated information
concerning this effort available to qualified offerors via the Eglin
Electronic Bulletin Board. A draft request for a proposal (DRFP) is
scheduled for release in early April 1996. The formal RFP is scheduled
for release in late April 1996 with proposals due 45 days after RFP
release. Contract award is planned for August 1996 with an estimated 24
month performance period. Proposals will be evaluated utilizing a
Consolidated Risk Assessment Module (CORAM) developed by ASC. Offerors
will be required to submit their proposals in CORAM format utilizing
Microsoft Project 4.0. The CORAM software and a training module will be
provided to all participating offerors. Information associated with
this program may be classified up to and including SECRET/NOFORN. Only
qualified U.S. contractors who have registered with and are certified
by the United States/Canada Joint Certification Office, Defense
Logistics Service Center, Battle Creek MI 49016-3412, (1-800-352-3572)
are eligible to submit proposals as a prime contractor for this
solicitation. Certification is accomplished using DD Form 2345,
Military Critical Technical Data Agreement. Interested firms who have
not previously provided a statement of capability must submit a
statement of capability within ten (10) days of this announcement.
Submit the statement of capability to Ms Denise Green, ASC/VXAK, 102
West D Avenue, Suite 300, Eglin AFB FL 32542-6808. This statement of
capability must include, but is not limited to, a description of
successful experience or capability: (1) as a prime contractor. Include
technical capabilities, approaches to problem solutions, current
technical expertise, and current or past programs with similarity or
applicability to the DREEM effort, (2) in the development and
integration of radar signal detection, reception, processing, and
transmission equipment (including RCS augmentation and ECM). Include
your ability to integrate complex electronics and antenna subsystems,
and your experience, capabilities and approach to software integration
and management for RF systems or subsystems, (3) in verification,
validation, and test of hardware and software for a drone RF electronic
enhancement program or specific ECM applications. Include your approach
to integration, validation and test of technology applications similar
to DREEM, and (4) to handle and store classified information. Include
facilities, personnel, and procedures for handling and storing
classified data, software, firmware, and hardware at the SECRET/NOFORN
level. Respondents are also asked to state whether they intend to
perform as the prime contractor or as a subcontractor on this effort.
Respondents are invited to provide their assessments of potential
technical risks, and non-binding estimates of cost and schedule.
Technical risk/cost/schedule assessments/estimates should be provided
separate from the statement of capability. These separate responses
will not be used in the screening evaluation of the statements of
capability. Respondents to this notice will not be notified of the
results of the evaluation of the statements of capability submitted.
After the statements of capability have been screened, any draft or
final solicitations will be issued to those prospective sources who, in
the sole judgment of the purchasing activity, have the capability to
successfully fulfill the DREEM requirement. Firms responding to this
synopsis should include and state whether or not they are a small
business concern or small disadvantaged business concern as defined in
FAR 52.219-1 and FAR 52-219-2. 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 communicate concerns.
Potential offerors should use established channels to request
information, pose questions, or voice concerns before contacting the
Ombudsman. Potential offerors are invited to contact ASC's Ombudsman,
ATTN: Colonel Kinney, ASC/SK, Chief, DET 5, 205 West D Avenue, Suite
318, Eglin AFB, FL 32542-6865, (904) 882-9051 with serious concerns
only. Routine communication concerning this acquisition should be
directed to Ms. Denise Green, Contract Specialist, (904) 882-4400, Ext.
5093 (0099) Loren Data Corp. http://www.ld.com (SYN# 0233 19960409\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|