|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588Phillips Laboratory, Chief Scientist Office (PL/CA), 3550 Aberdeen Ave
SE, Kirtland AFB NM 87117-5776 A -- BROAD AGENCY ANNOUNCEMENT FOR SPACE DEFENCE (CONTINUED). POC
Debbie Chisenhall, Contract Specialist, 505/846-1326. Continuation of
Broad Agency Announcement (BAA) for Space Defense Research by
Historically Black Colleges and Universities/Minority Institutions
(HBCU/MIs) Part Two of Four. (5) High Energy Plasmas. Research
proposals are solicited on the following topics: pulsed power physics
and engineering, the development and application of explosively driven
flux- compression generators, electromagnetically imploded solid and
plasma liner experiments, compact toroid formation and acceleration,
fast (sub-microsecond) plasma switches, plasma diagnostics (optical and
x-ray imaging, and electrical and magnetic probes), and theoretical and
computational modeling of such experiments. (6) Electromagnetic Sources
and Antennas. Research is sought for the development of high power
wide- and narrow-band microwave sources, mode converters, and antennas.
We desire to understand and evaluate the generation, emission, and
propagation of high power microwave (HPM) energy. Coupling to, and
scattering of HPM from objects in the air and beneath the earth are of
interest. (e) Geophysics. BAA Contact Point: Dr. Herbert Carlson,
PL/GP, 617-377-3604. Funding is not presently anticipated, however, in
the event funding becomes available, research is needed in the areas
of interest below. Please call Dr. Carlson before committing any
resources to proposals in the following areas. If any funds are made
available for new contracts, they will be given high priority for award
under this BAA. (1) Atmospheric Prediction Technology. Research
numerical weather prediction (NWP) models, diagnostic algorithms, and
short range forecast techniques to provide weather forecasts to meet
Air Force operational requirements at air bases and on the battlefield.
Develop techniques to identify and predict atmospheric conditions that
constitute hazards to vehicles launching aircraft and space payloads.
(2) Smart Weapons Performance Prediction Techniques. Investigation of
the weather sensitivities of smart weapons to develop techniques
(weather impact decision aids) to use weather and scene background
parameters of the battlefield to predict the effectiveness of smart
weapons. (3) Solar and Space Weather. For regions of space that are
important to the Air Force, measure and model the transfer of energy
from the sun through interplanetary space to the earth. Apply the
results to the development of operational models for the specification
and prediction of environmental hazards relevant to DoD space
operations. (4) Weather Sensing Technology. Investigate remote sensing
tools to measure atmospheric parameters required to assess system
development planning and to provide operational weather support.
Techniques being developed and evaluated exploit data from satellite
systems and ground-based systems ranging from the visible, the
infrared, and the microwave portions of the spectrum. (5) Ionospheric
Specification and Prediction. Develop remote sensing techniques to
determine on a global basis the phase and amplitude scintillation
conditions that disrupt Air Force communications and surveillance
systems. Develop models to specify and predict anywhere on the globe
the parameters important to define the operational limitations of these
systems. (6) Weather Simulations and Applications. Develop techniques
to simulate the natural environment affecting the design and
acquisition of military systems operating anywhere in the atmosphere
and space. Simulation techniques must produce physically accurate
representations of the environment in visible through millimeter
wavelengths. Consideration will be given to models designed to operate
efficiently in a large interactive distributed computer architecture.
(7) Seismology. Investigate techniques to detect, locate, identify,
and characterize foreign underground nuclear explosions. Research is
also required to apply seismic and other geophysical technology to
subsurface hazardous waste site investigations. 2. DELIVERABLE ITEMS:
The following deliverable data items shall be proposed: (a) Scientific
and Technical Report(s), DI-MISC-80711. If Interim Technical Reports
are proposed, the technical content of the interim reports may be
incorporated by reference into the final report. Regarding the Final
Report, the contractor shall propose 3 months between technical effort
completion and contract completion as follows: 30 days to prepare a
draft final report, 30 days for the government to review the draft, and
30 days for the contractor to provide the corrected final report upon
return. This report shall be prepared in accordance with Phillips
Laboratory Pamphlet 61-201, ''Preparation of Technical Reports.'' This
pamphlet is available from PL/CA (ATTN: Ms. Jan Mosher), 3550 Aberdeen
Ave SE, Albuquerque, NM 87117-5776, 505-846-1328. Proposals shall
include the requirement to adhere to PL Pamphlet 61-201. It is possible
the government may need more than 30 days to review the draft report,
in this event, the contract end date will unilaterally be extended the
same number of additional days, required for the review. All proposers
are advised that a copy of each final report of any resultant contract
is available, subject to national disclosure policy and regulations.
(b) REFEREED JOURNAL ARTICLES. A PROPOSAL REQUIREMENT FOR THE
SUBMISSION OF A REFEREED JOURNAL ARTICLE(S) TO THE APPROPRIATE
JOURNAL(S) FOR PUBLICATION IS DEEMED EXTREMELY IMPORTANT EXCEPT WHERE
IT IS IMPOSSIBLE TO PRODUCE THEM DUE TO THE FEW SITUATIONS WHERE
PUBLICATION IS NOT APPROPRIATE (E.G., SECURITY CLASSIFICATION, DATA
RIGHTS, ETC.). If you are not proposing to attempt to publish a
refereed journal article(s), your proposal should address why it is not
possible to do so, strong justification should be provided. Journal
articles will require PL review and this review will be processed in
accordance with the awarded contract public release procedures. Any
resultant contract is anticipated to incorporate the journal article
requirement utilizing DI-MISC-80711. (c) Status Report, DI-MGMT-80368
(quarterly, tailored to contractor's format). Regarding all data
deliverables, only the minimum necessary data shall be proposed. The
above required data is considered the minimum requirement, other
additional data may also be required depending on the effort proposed.
3. SECURITY REQUIREMENTS: This program is anticipated to be
unclassified. 4. OTHER SPECIAL REQUIREMENTS: (a) This acquisition is a
100 percent set-aside for Historically Black Colleges and Universities
(HBCUs)/Minority Institutions (MIs) with eligibility as defined in DoD
FAR Supplement (DFARS) clause 252.226-7000. OFFERS FROM OTHER THAN
HBCUs/ MIs ARE NOT SOLICITED. Clauses 252.226-7000 and 252.226-7001
apply. The offeror must represent and certify, as part of its offer,
that it is a Historically Black College or University or a Minority
Institution as shown in DFARS provision 252.226-7001. A HBCU/MI
submitting an offer on its own name shall agree that at least 50
percent of the cost of the contract performance incurred for personnel
shall be expended for employees of the HBCU/MI. (b) Public Law 98-94
may be applicable to this program. Offerors must submit a DD Form 2345,
Export Controlled DoD Technical Data Agreement, to the Commander,
Defense Logistics Service Center, ATTN: DLSC-FBA, Federal Center,
Battle Creek, MI 49117-3084, 1-800-352-3572, for certification. The
offeror is required to submit a copy of the approved DD Form 2345,
including the required certification acceptance, to the Buyer with each
proposal unless the applicable Project Officer referred to by the focal
point agrees such certification is not required for the type effort to
be proposed. The Government reserves the right to require the
certification after proposal receipt even if initially not considered
applicable for the proposed effort. Failure to submit this
certification shall result in non-consideration for award if it is
determined to apply to the proposed effort. When applicable,
certification is required before contract award. Offerors shall certify
in their proposal that they will comply with all provisions of this
law. (c) International Trade in Arms Restrictions may apply. (d)
Proposals shall be valid for a period of not less than 180 days. 5.
ADDITIONAL INFORMATION. (a) Expected Award Date: Usually within 90 days
of proposal receipt but subject to change depending on funding
availability, etc. (b) Anticipated Type of Contract: Cost Reimbursement
- No Fee utilizing the ''Short Form Research Contract.'' (c) FAR clause
52.216-7 will be utilized in lieu of Advance Payments. (d)
Government-Furnished Property (GFP)/Contractor Acquired Property (CAP)
are not generally contemplated for this effort. If your proposal
incorporates requirements for materials, special test equipment,
special tooling, and/or agency peculiar property, strong justification
must be included which supports why it is in the government's best
interest to provide each of these proposed property items. Also, each
proposed property item must reflect the applicable type of property
category among the four acceptable categories shown above and how it
meets the FAR definition in FAR 45.101/45.301 for each category.
Proposals should reflect the policy that contractors are required to
furnish all property to perform government contracts since approval for
facilities (neither CAP nor GFP) is not contemplated, i.e., contractors
should not propose any property/equipment items which are not
materials, special test equipment, special tooling, and/or agency
peculiar property. (e) Individual contract awards are anticipated (but
not limited) to reflect the amounts shown for each requirement as
specified in each area subparagraph of the ''Requirements'' section
above. For example, a funding amount of $20K per year is expected to be
available for the total PL/LI requirement. However, as noted above,
PL's funding situation is not stable, and any awards may be
significantly below or above the anticipated funding. (This CBD
Synopsis is Continued) (0123) Loren Data Corp. http://www.ld.com (SYN# 0003 19960503\A-0003.SOL)
A - Research and Development Index Page
|
|