|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628NCCOSC RDTE Division Code 214B 53570 Silvergate Avenue Bldg A33 San
Diego CA 92152-5113 A -- TOPSIDE ANTENNA SYSTEM ARCHITECTURES SOL N66001-96-X-6905 DUE
063097 POC Contracting Officer, Ed Brown, (619)553-5725. Broad Agency
Announcement (BAA). The Naval Command, Control and Ocean Surveillance
Center (NCCOSC), RDT&E Division's (NRaD) Electromagnetics and Advanced
Technology Division is conducting a research and development effort to
design and develop topside antenna system architectures for current and
future Naval surface combatants. The topside of a modern Naval surface
combatant is a sophisticated assortment of weapons, electromagnetic
(EM) transmitters and receivers, and other hardware. There is a
constant need for an increasing inventory of EM systems to meet
requirements for more communications capability, greater imagery and
data transfer capacity, and more effective weapon systems. Due to
weight and movement design limits, it is necessary for existing ships,
as well as future ship designs, to achieve substantial space and
weight savings by using advanced composite materials for
superstructures and deckhouses. Composites also open new possibilities
for deployment of advanced antenna systems while offering advantages
for signature control. Future antenna systems will integrate several
existing systems into a single, multifunctional antenna. This shared
aperture approach will also increase space and reduce weight. The
topside design process for future ships must be a full integration of
often conflicting and diverse technologies. Predictions of antenna(s)
performance in the presence of a composite superstructure(s), as well
as standard superstructures, are essential to achieving a fully
integrated design in a cost effective and timely manner. Applied EM
engineering suitable for shipboard topsides inclues integration, EM
effects (lighting, EMP, etc.), patterns, near fields (HERP - Hazards of
Electromagnetic Radiation to Personnel, HERO - Hazards of
Electromagnetic Radiation to Ordnance, HERF - Hazards of
Electromagnetic Radiation to F?????), Radar Cross Section (RCS),
Electromagnetic Compatibility (EMC), and Electromagnetic Interference
(EMI). The objective of this effort is to consider all aspects of
shipboard topside design in order to provide the most capable and cost
efficient antenna systems for present and future surface combatants.
This BAA will address the following areas: 1) Design Tools: a. CEM
algorithms efficiency and speed; b. Electromagnetic compatibility (EMC)
analysis; c. Pre & post-processing visualization; and d. System
performance analysis - antenna and radio frequency (RF). Design
Concepts: a. Multi-functional antennas and equipment; b.
Multi-functional RF; c. Mitigation (electromagnetic interference (EMI))
techniques; d. Radomes; and e. Composites. 3) Test Articles/Validation:
a. Radomes; b. Antennas; c. Absorbers; d. RF components; and e. Scale
(brass) models. Respondents having knowledge of these technologies and
their applications to Naval shipboard topside design and development
are encouraged to originate and submit their ideas for evaluation and
potential funding. Offerors are invited to submit an initial five page
white paper, presenting the technology area, technical description of
the effort, a preliminary schedule, identification of risks, and a
rough cost estimate. All technical approaches will be considered. White
papers may address one or more technical areas but completeness will be
considered due to the interrelationship of the technical areas.
Offerors may submit more than one white paper. This BAA will remain
open for one year from the date of publication. However, initial
contract award is anticipated for the beginning of fiscal year 1997 (1
October 1966). Submitted white papers will be evaluated as to their
potential interest to the Government according to the following
criteria: 1) Relevance and effectiveness with which the proposed
technology and application meets the objective of the Naval Topside
Surface Combatant Design & Development effort, 2) Suitability and
adequacy with which the proposed technical approach fits with
anticipated needs. Respondents whose white papers are deemed favorable
with respect to the above criteria will be invited to submit full
proposals within 30 days for further consideration. Proposals must be
submitted in two separate volumes, a technical volume and a cost
volume. The technical volume is limited to 35 pages (eight and one-half
by eleven inches, double spaced, one inch margins on all sides, 12
point font). The technical volume should include the technical approach
and rationale of the proposed effort, schedule and milestones, proposed
metrics for gauging technical advances, potential risks, a statement of
work (actual tasks that will be performed), description of anticipated
results, brief, pertinent resumes of the principal investigator and
key personnel, similar work experience in the proposed area, and a
description of the facilities. The technical volume should also list
deliverables (monthly progress reports, meeting minutes, review
presentation slides, plans, reports, etc.), and the offeror should
anticipate hosting a kickoff meeting, quarterly/milestone reviews, and
a final review. There is no page limit on the cost volume. The cost
volume should clearly show the costs of each proposed task separately,
and provide a Standard Form 1411, Contract Pricing Proposal Cover
Sheet, supported by adequate breakout of cost elements and rates. Cost
proposals should be valid for a period of six months after the date of
submission. It is anticipated that contracts will be awarded up to
approximately $250,000, assuming funds availability. Technical
proposals will be evaluated based upon the following: In descending
order of importance, 1) Relevance and effectiveness with which the
proposed technology and application meets the objective of the Naval
Topside Surface Combatant Development effort, 2) Scientific and
technical merit of proposal, as it relates to the Navy requirements for
surface combatant topside design and development, 3) Potential risk of
the proposal to meet the final objectives, 4) Experience and knowledge
of the pricipal investigator and key personnel 5) Offeror's
capabilities, related experience, and facilities, and 6) Realism,
completeness, and reasonableness of the proposed cost. White papers and
subsequent proposals will be referred to a review panel for the
evaluation process. White papers and proposals may be evaluated and
selected as received or may be grouped for review and evaluation.
However, the white papers and proposals will not be evaluated against
other white papers and proposals. NRaD reserves the right to conduct
discussions or request revised proposals. NRaD also reserves the right
to select parts of proposals or selected tasks contained in proposals
for award and to conduct discussions to facilitate such awards. The
Government desires unlimited rights with regard to data and computer
algorithms delivered under this procurement. Proprietary concepts and
information should be clearly identified up front and marked in the
proposal. An original plus 4 copies of the technical volume, plus 3
copies of the cost volume should be submitted to: NCCOSC RDT&E DIV,
Attn: G. E. Brown, Contracting Officer, Code 212, 53560 Hull St., San
Diego, CA 92152-5001. Technical questions may be addressed to: Linda
Russell (619)553-6132, email russelll@nosc.mil**. **email is strongly
encouraged. White papers and proposals should be unclassified. The
Government will accept white papers and proposals for up to one year
after publication. Contract award will be based upon technical merit as
indicated in the evaluation criteria, and funding availability. The
Government reserves the right to select for award, all, some, or none
of the proposals received in response to this announcement. The
Government may also select specific tasks within a proposal for award.
This notice constitutes a BAA as contemplated in FAR 35.016. No
additional written information is available, nor will a formal request
for proposal (RFP) or other solicitation regarding this announcement
be issued. Interested parties are invited to respond to this synopsis.
All responsible parties' responses will be considered. (0180) Loren Data Corp. http://www.ld.com (SYN# 0005 19960701\A-0005.SOL)
A - Research and Development Index Page
|
|