Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588

Phillips 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