Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772

R&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