Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628

NCCOSC 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