|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18,1996 PSA#1703Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2,
Lakehurst, NJ 08733-5083. 17 -- UHF ELECTRONICALLY SCANNED ARRAY (UESA) PROJECT SOL
N68335-97-BAA-701 DUE 103196 POC Chuck Adler Contract Specialist Code
2132CA, (908) 323-2132. Contracting Officer D. McClure. The UHF
Electronically Scanned Array (UESA) project is a 6.2 exploratory
development effort sponsored by the Office of Naval Research. The
objective of the project is to perform a rotodome form factor
electronically scanned array (ESA) feasibility analysis, and produce a
hardware design appropriate for a proof-of-concept critical hardware
demonstration. The motivation arises from the interest that the Navy's
Airborne Early Warning (AEW) radar community has maintained in the use
of an ESA antenna architecture for the next generation AEW system
concepts. The severe physical constraints imposed by carrier-based
platforms limit the achievable power aperture product, and projected
needs in the 2010 time frame and beyond lead to radar designs that must
timeshare the functions of the search, track, and cue with rapid beams
switching and 360 degrees of azimuth coverage. This BAA is to solicit
technical/cost proposals for a hardware demonstration of a light
weight antenna system approach that consists of an electronically
scanned surveillance array and an integrated electronically scanned IFF
array in a co-located or multi-functional configuration without
performance degradation. New, innovative and creative approaches to the
technical problems presented herein that significantly advance system
performance are sought. Examples of the technologies include, but are
not limited to novel antenna approaches that support array antenna
concepts, and associated array subassembly/device technologies as
necessary to prove the antenna concept. The physical characteristics of
the existing E-2C rotodome are the baseline. The existing rotodome
dimensions are 24 ft. in diameter by 2.5 feet in height at the center
of the dome. The rotodome houses the TRAC-A antenna (10 endfire
elements spaced one wavelength) that is mechanically scanned (rotated)
to provide 360 coverage in 10 seconds (6RPM). The antenna provides a
6.9 degree azimuth beamwidth and a 23 degree elevation beamwidth. If
the proposed UESA concept requires a rotodome form factor growth to
maintain comparable antenna gain performance, then the growth increase
should be stated as a function of antenna gain performance. The basic
UESA antenna performance goals are demonstrated performance of the
TRAC-A antenna. In addition to the UESA antenna, a comparable
interrogator IFF antenna concept and design must be proposed for
co-location within the rotodome physical constraints. The UESA and IFF
antenna should have a common phase center in the plane perpendicular
to the line of site for antenna beam center co-location. RF and beam
control cabling and interconnection considerations must adhere to the
available weight and space in the rotodome and pylon. The UESA and
integrated IFF concept and design should serve as a basis in the
proof-of-concept hardware demonstration. Critical technology necessary
to realize the integrated UESA/IFF concept should be incorporated into
the hardware demonstration. If possible to incorporate without
sacrificing primary antenna performance objectives, additional
bandwidth and elevation diversity are also desired. The proposed
hardware demonstration must be sufficient to prove 400-450 MHz
operation, 360 degree electron scan capability, integrated IFF
capability, and fit within the general rotodome weight and form factor
constraints currently imposed on the TRAC-A antenna configuration. The
level of effort is estimated to be 6-8 man-years over a 18-24 month
time frame. The hardware demonstration project described herein will be
authorized by the Government to commence based on performance and
funding availability. Proposals submitted may be evaluated as they are
received or they may be collected and reviewed periodically by
in-house scientists, a Government team or by a group of scientific
peers. Award decisions will be based on competitive evaluation using
the following criteria: 1) potential contributions to DOD priorities in
AEW radar related technologies; 2) overall scientific and technical
merit of the proposal; 3) the offeror's capabilities, related
experience, and facilities; and 4) realism of the proposed cost.
NAWCADPAX has technical cognizance and responsibility for the project
management. All proposals submitted in response to the BAA will be
evaluated by a team of technical experts representing the Office of
Naval Research, the Naval Research Laboratory and NAWCADPAX. This
announcement will be open for 15 days and proposals will be accepted
anytime during this period. Response are required to be submitted in
accordance with the guidelines set forth herein. The selection of one
or more sources for contract award will be based on a scientific and
engineering evaluation of responses (technical and cost as it relates
to the technical effort, to determine the merit of the technical
approach). Proposals submitted should consist of a clear statement of
the objectives, a technical section which includes as a minimum, the
expected contribution of the hardware demonstration to the AEW radar
mission, analysis that supports feasability, background experience,
concepts, ideas, methodology, statement of work and milestones. A
biographical section, describing key individuals, and a cost section
must be included in the proposal. Details of any cost sharing to be
undertaken by the offeror should also be included in the proposal. The
proposal should be limited to 50 pages and offerors are requested to
submit a total of 11 copies. The cost of the preparation or the
response to this BAA is not considered an allowable direct charge to
the resulting contract or any other contract. However, it may be an
allowable expense to the offeror's normal bid and proposal indirect
expenses. The expected award date is not later than January 1997. The
contract performance period will be either 18 or 24 months and
proposals should contain separate schedules for each duration. A
cost-plus-fixed fee (CPFF) type contract is anticipated. Government
furnished equipment (GFE) is not anticipated. The list of deliverables
include two month progress reports, a final report, and critical
hardware demonstration no later than two months before competition of
the contract. The Government will have unlimited rights to all
technical data resulting from this BAA. The point of contact for
technical issues is Mr. Richard Egan (301) 342-0051, and the point of
contact for contractual matters is Mr. Chuck Adler at (908) 323-5198.
Offerors at any time may contact these individuals for clarification of
technical/contractual issues and cost response format. Offerors are
cautioned that only Contracting Officers are legally authorized to
commit the Government. Exterior markings on responses shall be as
follows: Naval Air Warfare Center (Code 213CA); Contracts Department,
Building 129-2; Lakehurst, NJ 08733-5082; ATTN: Chuck Adler. No formal
RFP will be issued, this BAA is the solicitation. (0290) Loren Data Corp. http://www.ld.com (SYN# 0134 19961017\17-0001.SOL)
17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page
|
|