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 -- PART 2 OF 3. ADVANCED DIGITAL RECEIVER TECHNOLOGY SOL N66001-96-X-6903 DUE 082296 POC Contracting Officer, Ed Brown, (619)553-5725. The demonstration should apply to a DOD system application, with appropriate SPO support, and include a transition plan for system insertion. FA-1 DELIVERABLES: 1. Architectural design 2. Mixed signal high speed package implementation plan 3. Final design 4. Power conditioning strategy plan 5. Demonstration plan 6. Validation articles: 10 each type, and 2 complete receivers 7. Any sample unpopulated MCMs developed and manufactured (10 each) 8. Monthly progress reports. 9. Quarterly presentation maerial. 10. Final Report. FA-1 PROGRAM ADMINISTRATION: FOCUS AREA 1 Task effort will conclude with critical design reviews (CDR). The Tasks are broken into the Basic Contract (Tasks 1 & 2), Option 1 (Tasks 3, 4 & 5) and Option 2 (Task 6). Each Task shall be separately costed as well as each Option costing summarized. FA-1 EVALUATION CRITERIA: Award decisions will be based on a competitive selection of proposals resulting from a peer and/or scientific review. Evaluations will be conducted using the following criteria in descending order of importance: 1) Soundness of technical approach, 2) Innovation of technical approach, 3) potential application to military systems, 4) SPO support, 5) Offeror's capabilities, plan of execution, experience, past performance, and facilities, and 6) realism of cost. FOCUS AREA TWO. DEVELOPMENT OF MIXED-SIGNAL HIGH PRECISION MCMs: FA-2 TECHNICAL: Simulations and measurements of initial-article MCMs developed in support of the pilot digital radar receiver project presently under development have demonstrated that present commercial MCM fabrication recipes and technologies may not be tuned for, or even capable of achieving, the high electrical and thermal performance which will be required if the emerging-technology A/D and D/A converters are to produce their best results. Accordingly, DARPA is interested in responses from present MCM fabricators describing those advances in process methodologies which will be required to achieve the high levels of MCM fabrication repeatability and stability which will allow package designers to extract interconnect and power/ground delivery performance characteristics commensurate with the advanced A/D, D/A, and LNA components themselves. Bidders to this focus area shall present a plan or roadmap for improving the performance of their MCMs and the repeatability of their MCM processes. The bidders shall provide a strategy for affordable DoD access to scaleable quantities of MCM technologies which result from this effort. Test coupon designs will be provided by the government to be fabricated by the selected MCM substrate fabricator, at the government's expense. FA-2 DELIVERABLES: 1. Mixed signal high speed package implementation plan 2. Final design3. Any sample unpolulated MCMs developed and manufactured (10 each) 4. Test data and analysis. 5. Monthly progress reports. 6. Quarterly presentation material. 7. Final Report. FA-2 PROGRAM ADMINISTRATION: The efforts in FOCUS AREA 2 will include Critical Design Reviews for: a) Final architecture design b) Review of process data demonstrating repeatability of their process. c) Results of the government testing of the passive test coupons from the MCM fabricator. FA-2 EVALUATION CRITERIA: Award decisions will be based on a competitive selection of proposals resulting from a peer and/or scientific review. Evaluations will be conducted using the following criteria in descending order of importance: 1) Soundness of technical approach, 2) Innovation of technical approach, 3) Offeror's capabilities, plan of execution, experience, past performance, and facilities, and 4) realism of cost. FOCUS AREA THREE: TECHNOLOGY EXTENSIONS: FA-3 TECHNICAL: Bidders are encouraged to submit novel ideas that would extend the performance and integration in each of the module areas: rf front end, ADC, and DSP back end. Examples of such concepts and/or implementations might include networking techniques, digital filters and their variations, LNAs and front end filtering, direct digital synthesizers, FFT, digital rf memories, power supplies or power conditioning, and techniques for noise suppression. These items shall be submitted as white papers only, with only rough order of magnitude estimates of schedules and funding. FA-3 DELIVERABLES: 1. Monthly technical and financial report 2. To be negotiated. FA-3 PROGRAM ADMINISTRATION: The program will require:1. Cost and program plans, which will be updated if changed 2. Regular program reviews, which will be conducted as directed by the government. FA-3 EVALUATION CRITERIA: Request for full proposals will be based on (1) overall interest to the government, and (2) innovation of technical approach. At the government's notification of interest, the proposer may then submit a full proposal in accordance with FA-1 instructions. PROPOSAL INSTRUCTIONS AND FORMAT FOR FOCUS AREAS 1 AND 2: A proposal is to address one primary focus only. Multiple proposals from a proposer are acceptable. The Technical Proposal shall consist of a separte volume of less than 50 total pages (25 sheets double sided, 8.5x11, double spaced, 12 point font), including all portions. In shall have a cover sheet containing the BAA number, the proposal title, the lead organization, other team members, Focus Area, technical and administrative points of contact (and telephone numbers and e-mail addresses if available), length of effort and total cost. The bottom quarter of this sheet shall be vacant. The following two pages shall be an executive summary of the proposal including technical rationale, technical approach, innovative claims and general discussion. The following sheet shall contain a summary schedule, with milestones, in a Work Breakdown Structure (WBS) format. Following the executive summary shall be the detailed technical rationale and approach, description of anticipated results (including quantitative performance benefit to the state-of-the-art), and benefits and risks. Following this will be the Statement of Work which will include in Work Breakdown format, task descriptions, schedule, milestones, and organization chart. Following this will be discussions of other ongoing research, proposer's experience in the field, and a description of the facilities which will be used in the effort. The Cost proposal (no page limit) shall be a separate document with clearly shows the costs of each WBS element. It shall provide a Standard Form 1411 Contracting Pricing Proposal Cover Sheet, supported by adequate breakout of cost elements and rates by month for the purpose of cost/price analysis. The detailed cost breakdown is to include: 1) total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead, etc.); 2) major WBS program tasks by month/year: 3) and itemization of major subcontracts and equipment purchases; 4) a summary of projected funding requirements by month: 5) the source, nature, and amount of any industry cost-sharing: and 6) where the effort consists of multiple portions which could be reasonably partitioned for purposes of funding identification as options with separate cost estimates for each. Supporting cost and pricing data in sufficient detail to substantiate the summary cost estimates. Include a description of the method used to estimate costs and supporting documentation. (0180)

Loren Data Corp. http://www.ld.com (SYN# 0006 19960701\A-0006.SOL)


A - Research and Development Index Page