|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- INFRARED DISTRIBUTED APERTURE DEMONSTRATION SOL PRDA 97-09-AAK
DUE 033197 POC Donald W. Robinson, Contract Negotiator, (513)255-2976,
(in June of this year, area code will be changing to (937)
INTRODUCTION: Infrared Distributed Aperture Demonstration, PRDA
97-09-AAK. Wright Laboratory (WL) is interested in receiving proposals
(technical and cost) on the research effort described in Section B.
Proposals in response to this PRDA #97-09-AAK shall be submitted by 31
MAR 97, 1500 hours Eastern Standard Time, addressed to (Attn: Mr.
Donald W. Robinson ), WL/AAKE, Building 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607. Proposals shall not be submitted
via facsimile transmission. 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 cited in Section F. There will be no other
solicitation issued in regard to this requirement. Offerors should be
alert for any amendments to this solicitation that may be published.
This PRDA #97-09-AAK may be amended to allow subsequent submission of
proposal dates. Offerors should obtain a copy of the 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 the contracting point of contact or
obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B
-- REQUIREMENTS; (1) Technical Description: Military aircraft missions
utilize a variety of electro-optical systems to provide offensive and
defensive capabilities to the warfighter. In the future, the Air Force
desires consolidated functions to reduce the number of apertures and
life cycle cost of these capabilities. It is very important that the
system approach required for the IDA Demonstration algorithms must be
capable of realizing an affordable system in terms of acquisition,
installation and life cycle costs. The platforms to consider for
utilizing this technology include existing aircraft and those in
development such as the Joint Strike Fighter. The intent is to maintain
individual function performance to the maximum extent possible while
integrating the multiple functions into a single distributed aperture
system. The Infrared Distribute Aperture (IDA) Demonstration will
integrate missile warning, navigation/FLIR, and defensive infrared
search and track (IRST) functions into a distributed aperture sensor
suite covering the entire sphere about the host platform. The missile
warning function must detect and declare surface-to-air and air-to-air
missiles. The defensive IRST function is to provide a situation
awareness capability to detect aircraft at a nominal range. The FLIR
function will perform navigation of the host platform. The number of
apertures required for an installed system must be minimal (6 or 8
sensors maximum) and each aperture would perform each of the three
functions through post processing of sensor data. The IDA Demonstration
primary objective is addressing the functional algorithms and a
strategy for algorithm integration for processing the data to provide
the multiple functions. The IDA Demonstration program may utilize
single or dual band sensors having cryogenically cooled infrared arrays
or non-cryogenically cooled infrared arrays for a system design.
Although the algorithms for each function may not be in a currently
fielded system, the individual algorithms must have been successfully
demonstrated to consider them for integration. The intent is to build
or utilize two or three existing infrared sensors and processor
hardware capable of running the integrated algorithm suite. It is
desirable to run the algorithm suite in real time, however it is
acceptable to run them at near real time to demonstrate the
multi-function capability. It is also desirable to flight test the
sensor/processor system although the limited resources for the program
may prevent this in the current program. The sensor/processor system
must be fabricated to allow for this possibility. A demonstration of
the multi-function capability with existing data from an airborne
sensor is also acceptable. (2) Deliverable Items: (a) The following
deliverable data items shall be proposed: (i) Status Report,
DI-MGMT-80368A/T, monthly; (ii) Funds and Man-Hour Expenditure Report,
DI-FNCL-80331/T, monthly; (iii) Project Planning Chart,
DI-MGMT-80507A/T, monthly; (iv) Contract Funds Status Report (CFSR),
DI-MGMT-81468, quarterly; (v) Presentation Material, DI-ADMN-81373/T,
as required; (vi) Scientific and Technical Reports, Contractor's
Billing Voucher, DI-MISC-80711/T, monthly; and (vii) Scientific and
Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final). (b)
The following additional deliverable items shall be proposed: None (3)
Security Requirements: None (4) Other Special Requirements:
International Trade in Arms Restrictions apply. Public Law 98-94
applies to this acquisition. Offerors must submit approved DD Form
2345, Export-Controlled DOD Technical Data Agreement with their
proposal. None C -- ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: The total length of the technical effort is estimated to
be 42 months. The contractor shall also provide for an additional 4
months for processing/completion of the final report. (2) Expected
Award Date: AUGUST 97. (3) Air Force Estimate: The Air Force funding
profile is estimated at $1920K with $20K in FY-97, $300K in FY-98,
$600K in FY-99, $500K in FY-00, and $500K in FY-01. This funding
profile is an estimate only and is not a promise for funding as all
funding is subject to change due to Air Force discretion and
availability. (4) Type of Instrument: Contract -- Cost Plus Fixed Fee
(CPFF) or Cost (no fee). Any grant(s) or cooperative agreement(s)
awarded will be cost (no fee) or cost sharing and will be subject to
the mutual agreement of the parties. (5) Government Furnished Property:
None. (6) Size Status: For the purpose of this acquisition, the size
standard is 500 employees (SIC 8731).(7) Notice to Foreign-Owned Firms:
It is anticipated that Foreign-Owned Firms will be ineligible to
compete as a prime contractor for this effort. Foreign contractors
should also be aware that restrictions may apply which could preclude
their participation as sub-contractors in this acquisition. Such firms
are asked to immediately notify the contracting point of contact upon
deciding to respond to this announcement. 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 below. Offerors should refer to the instructions
contained in the WL "PRDA and BAA Guide for Industry" referenced in
Section A of this announcement. Separate technical and cost proposal
volumes are required and must be valid for at least 180 days. Proposals
must reference the above PRDA #97-09-AAK number. Proposals shall be
submitted in an original and three (3) copies. All responsible sources
may submit a proposal which shall be evaluated against the criteria
set forth below in the Section E -- Basis of Award. Offerors are
advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the Air Force. (2) Technical
Proposal: The technical proposal shall include a discussion of the
nature and scope of the research and the technical approach. 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
discussed below. The technical proposal shall include a Statement of
Work (SOW) detailing the technical tasks / phases proposed to be
accomplished under the proposed effort andbe suitable for instrument
incorporation. Offerors should refer to the WL Guide to assist in SOW
preparation. Any questions concerning the technical proposal or SOW
preparation should be referred to the technical point of contact. (3)
Cost Proposal: Adequate price competition is anticipated. The
accompanying cost proposal/price breakdown shall be furnished with
supporting schedules and shall contain a person hour breakdown per
task. (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, i.e.,
indexes, photographs, fold-outs, appendices, attachments, etc. (other
than the specific exceptions stated above). Pages in excess of this
limitation will be removed from the proposal and will not be evaluated
by the Air Force. Cost proposals have no page limitation, however,
offerors are requested to limit cost proposals to 25 pages as a goal.
(5) Preparation Cost: This announcement does not commit the Air Force
to pay for any proposal preparation cost. The cost of preparing
proposals in response to PRDA #97-09-AAK is not an allowable direct
charge to any resulting award, or any other procurement instrument.
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 proposal (both technical and cost) 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)
discussion of the offeror's technical approach indicating his
understanding of the problem and validating the soundness of the
proposed solution(s), including cost and supportability of the
technology when used in an operating system, (c) quality and
availability of technical resources including personnel, facilities,
and applicable optical and electronic signal processing experience.
Cost and/or price, which includes consideration of proposed budgets and
funding profiles is a substantial factor, but is ranked as the second
order of priority. No other evaluation criteria will be used. The
technical and cost proposals will be evaluated at the same time. The
Air Force reserves the right to select for award any, all, part, or
none of the proposal(s) received. F -- POINTS OF CONTACT: (1) An
Ombudsman has been appointed to hear concerns from offerors and
potential offerors during the proposal development phase of this
acquisition. The 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
Air Force personnel. All potential offerors should use established
channels to voice concerns before resorting to use 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 proposals or in the source selection. 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 the level. These serious
concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel,
ASC/SY, Bldg. 52, 2475 K St., Suite 1, Wright-Patterson AFB, OH
45433-7642, E-Mail: kugeldl@sy.wpafb.af.mil, phone (513) 255-3855. (2)
Technical Point of Contact: Mr. Kevin J. McCamey, WL/AAJP, Bldg 620,
2241 Avionics Circle Ste 2, Wright-Patterson Air Force Base OH
45433-7304, (513) 255-9272 Ex-1759. (3) Contracting/Cost Point of
Contact: Mr. Donald W. Robinson, WL/AAKE, Bldg 7, 2530 C Street,
Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-2976 or you
can send an E-mail message to robinsdw@aa.wpafb.af.mil. (0044) Loren Data Corp. http://www.ld.com (SYN# 0014 19970218\A-0014.SOL)
A - Research and Development Index Page
|
|