|
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 -- 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
|
|