|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- INTEGRATED RF/EO INTERFERENCE REDUCTION SOL PRDA 97-10-AAK POC
Contact Michelle Pickel, Contract Negotiator, (937) 255-5201
INTRODUCTION: Wright Laboratory (WL/AAKR) is interested in receiving
proposals (technical and cost) on the research effort described below.
Proposals in response to this PRDA shall be submitted 17 March 1997,
1500 hours Eastern Time, addressed to WL/AAKR, Building 7, (Attn:
Michelle Pickel), 2530 C Street, Wright-Patterson AFB OH 45433-7607.
This is an unrestricted solicitation. Small businesses are encouraged
to propose on all or any part of this solicitation. Proposals submitted
shall be in accordance with this announcement. Proposal receipt after
the cutoff date and time specified herein shall be treated in
accordance with restrictions of FAR 52.215-10, copy of this provision
may be obtained from the contracting point of contact. There will be no
other solicitation issued in regard to this requirement. Offerors
should be alert for any PRDA amendments that may be published. This
PRDA may be amended to allow subsequent submission of proposal dates.
Offerors should request a copy of the November 1992 WL Guide entitled,
"PRDA and BAA Guide for Industry." This guide was specifically
designed to assist offerors in understanding the PRDA/BAA proposal
process. Copies may be requested from Ms. Pickel (WL/AAKR),
Wright-Patterson AFB, OH 45433-7607 telephone (937) 255-5201. This
guide is also available on the Internet at the following address:
http://www.wl.wpafb.af.mil/contract/prdag.htm. B -- REQUIREMENTS: (1)
Technical Description: The purpose of this effort is to analyze strong
in-band and out-of-band radio frequency (RF) interfering/jamming
signals can saturate low power receiver front-end stages causing a
variety of undesirable effects such as amplifier gain compression,
cross-modulation, synthesizer broadband phase noise modulation,
electronic filter de-tuning, and generation of harmonic/spurious
products that fall in-band. Some of these nonlinear effects can be much
more destructive to the desired signal than the results from a simple
linear summation of desired and interfering signals. Spread spectrum
receivers with wide bandwidth front-ends are especially vulnerable to
high power narrow/partial-band jammers and nearby/collocated radios.
Practical analog/digital adaptive interference suppression techniques
have limited degrees of freedom to create nulls (3 to 6), limited
interference reduction capability (25 to 40 dB), and moderate-to-high
cost/size/weight/power. Beam-steering/nulling antennas can be very
effective, but they are not practical with current technology for
receivers on small highly mobile tactical airborne platforms that
require omni-directional coverage. Prior efforts to develop
electro-optic (EO) solutions that sorted out interference in the
spatial-transform domain were partially successful, but the available
technology limited the dynamic range to around 40 to 45dB, which does
not meet communication receiver near-far requirements. Advancements in
non-linear optical absorbing materials suggest that a significant
improvement in jamming suppression is possible with a resultant
effective improvement in dynamic range. This solicitation seeks
innovative ideas for miniature, low-cost, low-power integrated RF/EO
interference reduction techniques. Candidate applications include
commercial/military global positioning system (GPS) receivers, very
high frequency (VHF) and ultra high frequency (UHF) receivers, and/or
personal/wireless communication receivers. Proposed solutions shall be
able to significantly reduce multiple, strong, time-varying,
narrow/partial-band RF interfering signals in wide bandwidth spread
spectrum receivers. It is highly desirable that the same technique
suppress wide band interference in addition to the narrow/partial-band
interference. The spurious free dynamic range goal is 80 dB or
greater, and the proposed solutions must have future potential to be
miniaturized and be affordable. The ultimate goal is to produce an end
product that adds no more than 1 cubic inch and costs less than
$1,000. Minimum requirements are to construct, test, and demonstrate at
least one laboratory brassboard or breadboard version of the
solution(s) recommended for further development. The number and
location of reviews shall be scheduled to match the work plan. As a
minimum, at least one major progress review and two technical
interchange meetings shall be scheduled each full year of the contract.
Offerors shall fully describe their proposed solutions; device
technology requirements; device availability; integration and
miniaturization potential; demonstration and test approach; and a work
plan that includes milestones for all major tasks, demonstrations, and
reviews. (2)DELIVERABLE ITEMS: The following deliverable data items
shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly; (b)
Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly; (c)
Project Planning Chart, DI-MGMT-80507A/T, monthly; (d) Contract Funds
Status Report (CFSR), DI-MGMT-81468/T, quarterly; (e) Scientific and
Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T,
monthly; (f) Presentation Material, DI-ADMN-81373/T, as appropriate;
(g) Interim Report, DI-MISC-80711/T, three times; and (h) Scientific
and Technical Reports, Final Report, DI-MISC-80711/T, ONE/R. (3)
SECURITY REQUIREMENTS: None. (4) OTHER SPECIAL REQUIREMENTS:
International Trade in Arms Restrictions apply. C -- ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 47 months. The contractor shall
also provide for an additional 4 months for processing/completion of
the final report. (2) Expected Award Date: 15 August 1997. (3)
Government Estimate: The government anticipates a single contract will
be awarded at an approximate value of $1,979,000.00 spread over five
fiscal years: FY97, $51,000.00; FY98, $308,000.00; FY99, $487,000.00;
FY00, $694,000.00; FY01, $439,000.00. This funding profile is an
estimate only and is not a promise for funding as all funding is
subject to change due to government discretion and availability. (4)
Type of contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any
Grants awarded will be cost (no fee). (5) Government Furnished
Property/Government Furnished Equipment (GFP/GFE): None contemplated.
(6) Size Status: For the purpose of this acquisition, the size standard
is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such
firms are asked to immediately notify the Air Force point-of-contact
cited below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in this acquisition. (8) Public Law 98-94:
Since Public Law 98-94 is applicable to this program, offerors must
prepare a DD Form 2345, Militarily Critical Technical Data Agreement,
and forward it to: Commander, Defense Logistics Service Center, Attn:
DLSC-FBA, Federal Center, Battle Creek, Michigan 49017-3084, a copy of
the certification shall accompany the proposal. D -- PROPOSAL
PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should
apply the restrictive notice prescribed in the provision at FAR
52.215-12, Restriction on Disclosure and Use of Data, to trade secrets
or privileged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed elsewhere herein. Offerors should consider
instructions contained in the WL PRDA and BAA Guide for Industry
referenced in Section A of this announcement. Technical and cost
proposals, submitted in separate volumes, are required and must be
valid for 180 days, Proposals must reference the above PRDA number.
Proposals shall be submitted in an original and five copies. All
responsible sources may submit a proposal which shall be considered
against the criteria set forth herein. Offerors are advised that only
contracting officers are legally authorized to contractually bind or
otherwise commit the government. (2) Cost Proposal: We anticipate this
acquisition being based on adequate price competition. Therefore, to
permit a cost realism analysis, the submission of a SF 1448, available
from the contracting point of contact, is required in lieu of a SF
1411. A suggested format for submission of cost information is
available from the contracting point of contact via e-mail or fax.
Contractors are urged to use this format (which may be tailored as
needed) in the submission of cost proposals. (3) Technical Proposal:
The technical proposal shall include a discussion of the nature and
scope of the research and the technical approach. The technical
proposal shall include a Statement of Work (SOW) detailing the
technical tasks proposed to be accomplished under the proposed effort
and suitable for contract incorporation. Additional information on
prior work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who will be participating in this
effort should also be included as attachments to the technical proposal
and are not included in the page limit. Offerors should refer to the WL
Guide referenced in Section A to assist in SOW preparation. Offerors
must submit approved DD Form 2345, Export Controlled DoD Technical Data
Agreement with their Proposal. Any questions concerning the technical
proposal or SOW preparation shall be referred to the Technical Point of
Contact cited in this announcement. (4) Page Limitations: The technical
proposal shall be limited to 75 pages (12 pitch or larger type),
double-spaced, single-sided, 8.5 by 11 inches. The page limitation
includes all information except the additional information described
above under Technical Proposal. Pages in excess of this limitation will
not be considered by the government. Cost proposals should be submitted
in the suggested format, tailored as needed, and should not exceed 20
pages in length. (5) Preparation Cost: This announcement does not
commit the Government to pay for any response preparation cost. The
cost of preparing proposals in response to this PRDA is not considered
an allowable direct charge to any resulting or any other contract.
However, it may be an allowable expense to the normal bid and proposal
indirect cost as specified in FAR 31.205-18. E -- BASIS FOR AWARD: The
selection of one or more sources for award will be based on an
evaluation of an offeror's response (both technical and cost aspects)
to determine the overall merit of the proposal in response to the
announcement. The technical aspect, which is ranked as the first order
of priority, shall be evaluated based on the following criteria which
are of equal importance: (a) new and creative solutions, (b) soundness
of offeror's technical approach. Cost and/or price which includes
consideration of proposed budgets and funding profiles, is a
substantial factor, but ranked as the second order of priority. No
other evaluation criteria will be used. The technical and cost
information will be evaluated at the same time. The Air Force reserves
the right to select for award of a contract, grant, or cooperative
agreement any, all, part, or none of the proposals received. Award of
a grant or cooperative agreement, in lieu of a contract, to
universities and nonprofit institutions will be considered and will be
subject to the mutual agreement of the parties. F -- POINTS OF
CONTACT: An Ombudsman has been appointed to hear concerns from offerors
and potential offerors during the proposal development phase of this
acquisition. The only purpose of the Ombudsman is not to diminish the
authority of the Contracting Officer, but to communicate contractor
concerns, issues, disagreements, and recommendations to the appropriate
government personnel. All potential offerors should use established
channels to voice concerns before resorting to use of the Ombudsman.
When requested, the Ombudsman will maintain strict confidentiality as
to the source of the concern. The Ombudsman does not participate in the
evaluation of the proposals or in the selection decision. Interested
parties should direct all routine communication concerning this
acquisition to Contracting/Cost Point of Contact. The Ombudsman should
only be contacted with issues or problems that have been previously
brought to the attention of the contracting officer and could not be
satisfactorily resolved at that level. These serious concerns only may
be directed to the Ombudsman, Daniel L. Kugel, ASC/SY, Bldg 52, 2475
K Street, Suite 1, Wright-Patterson AFB OH 45433-7642. Phone number is
(937) 255-3855. Direct all routine communication concerning this
acquisition to Ms. Pickel, WL/AAKR. (1) Technical Contact Point:
Engineer, Richard Sterling, WL/AAMI, 2241 Avionics Circle, Suite 31,
Wright-Patterson Air Force Base, OH 45433-7333, Telephone (937)
255-5565, FAX (937) 656-4278, E-Mail sterlirc@aa.wpafb.af.mil. (2)
Contracting/Cost Point of Contact: Questions and requests for the
suggested format for submission of cost proposals related to
contract/cost issues should be directed to the Wright Laboratory,
Directorate of Research and Development contracting, Michelle Pickel,
WL/AAKR, 2530 C Street, Wright-Patterson Air Force Base OH 45433-7607,
(937) 255-5201, Fax (937)255-3985, E-Mail pickelms@aa.wpafb.af.mil.
(0028) Loren Data Corp. http://www.ld.com (SYN# 0003 19970130\A-0003.SOL)
A - Research and Development Index Page
|
|