|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1996 PSA#1610R&D Contracting Directorate, Attn: WL/AAKR, Bldg 7, 2530 C Street,
Wright-Patterson AFB A -- PARALLEL COMPUTATIONAL ELECTROMAGNETICS FOR SIMULATIONS ENABLING
TECHNOLOGY TRANSITION AT ENHANCED RATES (PACE SETTER). THIS IS 1 OF 2
PARTS. SOL PRDA 97-27-AAK POC Contact Ardra Morgan, Contract
Negotiator, (513) 255-2902, or Kenneth Smith, Contracting Officer,
(513) 255-2902. A--This announcement is in two parts. Part 1 of 2
Parts. 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
by 17 July 1996, 1500 hours Eastern Time, to Wright Laboratory,
Directorate of R&D Contracting, ATTN: Ms. Ardra Morgan, WL/AAKR, 2530
C Street, Wright-Patterson AFB OH 45433-7607, (513) 255-2902. 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 cutoff date and time specified herein shall be treated in
accordance with restriction of FAR 52.215-10, a copy of this provision
may be obtained from the contracting point of contact. There shall be
no other solicitation issued in regard to this requirement. Offerors
should be alert for any PRDA amendments that may be published. This
PRDA may be amended to allow subsequent submissions after proposal
dates. Offerors should request a copy of the Wright Laboratory 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. The guide is available from the contracting
point of contact, or from the WL/PK WWW Internet home page at
http://www.wl.wpafb.af.mil/contract/prdag.htm. Any contract resulting
from this PRDA may be formatted in accordance with the Research and
Development Streamlined Contracting Procedures described in DFARS
235.70. B--REQUIREMENTS: (1) TECHNICAL DESCRIPTION: The objective of
this project is to advance the current state-of-the-art electromagnetic
prediction capability. The goal is to demonstrate a major increase in
Computational Electromagnetic (CEM) capability and to transfer the
mature code to industry as common design tools for DoD applications.
This objective shall be achieved by maturation of CEM technology
concepts on massively parallel processing (MPP) machines. CEM
techniques span from analytical techniques for simple canonical shapes,
to asymptotic techniques for electrically large perfect conducting
targets, and finally to numerical solutions of Maxwell's equations for
arbitrary geometries and materials. All of the above CEM techniques
are required for aircraft design and survivability analysis. Each
technique possesses unique capabilities and limitations. The three CEM
solution topic areas of interest for this project are numerical
frequency domain solutions, numerical time domain solutions, and hybrid
solution methods. The frequency domain CEM methods include method of
moment (MOM), finite elements (FEM), fast multi-pole (FMM), and others
based on exact methods. Time domain methods include finite difference
time domain (FDTD) and finite volume time domain (FVTD). Numerical
solutions to Maxwell's equation have undergone some impressive advances
in recent years. In recent years many fast matrix solving algorithms
(Fast Multipole Method and Adaptive Integral Method) and new scaleable
large matrix solver technology (CRAY LRA-CDENSE and Intel TurboSolver)
were developed or matured. By incorporating these new algorithms and
scaleable solver technology, the capability of a mature CEM code can be
greatly improved to solve much larger EM problems in much less time.
The hybrid methods of interest combine fast asymptotic methods with
exact solutions for the best mix of computational speed and accuracy.
An example of a hybrid method would be the combination of physical
optics and finite elements (PO-FEM). This project shall be set up as a
basic contract with two options. Demonstrations shall be held at the
end of the basic contract as well as the two options. The
demonstrations shall be performed on a DoD/High Performance Computing
(HPC) platform at an HPC site using EMCC benchmark cases. Examples of
EMCC benchmarks are: a full scale fighter aircraft, the VFY218, with
and without materials for radar scattering, scattering of ground
targets (e.g., Scud) both in the open and immersed in heavy foliage,
engine inlet with materials for radar scattering, C29 aircraft model
with one monopole attached for installed radiation patterns, and an
almond-shaped test body with a conformal slot wave guide array for
installed radiation patterns. The proposals should specify which HPC
computer platforms and EMCC benchmarks are intended to be used. The
final choice of benchmarks and the HPC platforms will be approved by
the government representatives at the kick-off meeting. The
demonstrations shall increase in their complexity each year. By the
final demonstration, two different HPC platforms shall be used. All
computer code shall be developed so that it is scaleable. The goal is
to be able to perform large scale demonstrations, e.g., predicting the
RCS of a full-scale perfectly conducting fighter model, VFY218, at the
highest frequency possible. The objective of this development is to
develop a software package that contains no proprietary code. The only
proprietary code that shall be allowable in the development shall be
matrix solvers. Any proprietary code to be used must be incorporated in
a modular format so that the proprietary code may be easily replaced by
a government-owned code that performs a similar function. All
proprietary code must be clearly specified in the proposal. Contractors
are requested to include a discussion of the following issues as a part
of their overall technical proposals. The degree to which these issues
are adequately addressed will be considered as a partial indicator of
the offeror's understanding of the problem and soundness of the
technical approach. Full evaluation criteria are defined elsewhere in
this announcement. The issue are as follows: offerors are cautioned
that this list is not to be construed as being all-inclusive. (1)
Scaleablity and reusability of CEM software between DoD HPC platforms,
(2) Experience in porting software to HPC platforms, (3) User friendly
interfaces, (4) Amount of computer code to be delivered to the
government with less than unlimited rights. (2) DELIVERABLE ITEMS: The
following data items will be required: (a) Scientific and Technical
Report - Final Report, DI-MISC-80711/T, (Draft and Reproducible Final),
(b) Scientific and Technical Reports - Contractor's Billing Voucher,
DI-MISC-80711/T, monthly, (c) Status Report, DI-MGMT-80368/T, monthly,
(d) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly,
(e) Presentation Material, DI-ADMIN-81373/T, as required, (f) Software
Test Report, DI-IPSC-81440, annually, (g) Software Test Description,
DI-IPSC-81439, (As Required), (h) Computer Programming Manual,
DI-IPSC-81447 (Final), (i) Software User Manual, DI-IPSC-81443,
(Annually), (j) Contract Funds Status Report (CFSR), DI-FNCL-81468/T
(Quarterly), and (m) Computer Software Product End Item. The computer
product end item shall be a stand-alone, self-contained product. It
shall include all source code developed under, or used in conjunction
with, activities funded under this PRDA. However, executable versions
(one for each pertinent HPC platform) of the matrix solvers which fit
modularly with the other software must be delivered with government
right-to-use privileges. The offeror shall identify technical data or
computer software to be delivered with other than unlimited rights. The
programming languages to be used shall be Fortran, C, or C++. (3)
SECURITY REQUIREMENTS: It is anticipated that work performed under this
contract may be classified up to and including SECRET level. (4) OTHER
SPECIAL REQUIREMENTS: International Traffic in Arms Regulation (ITAR)
apply. Since Public Law 98-94, Withholding Unclassified Technical Data
From Public Release, will apply, offerors must prepare a DD Form 2345,
Export Controlled DoD Technical Data Agreement, and forward it to:
Commander, Defense Logistics Service Center, ATTN: DLSC/FBA, Federal
Center, Battle Creek MI, 49017-3084, or provide evidence that
registration with DLSC is already on file. C--ADDITIONAL INFORMATION:
(1) Anticipated Period of Performance: The government anticipates the
technical effort to be 32 months, and an additional 4 months for
processing/completion of the final report. The contracts shall be
accomplished with a basic contract of 12 months and two options. End of
Part 1 of 2. (0156) Loren Data Corp. http://www.ld.com (SYN# 0001 19960605\A-0001.SOL)
A - Research and Development Index Page
|
|