Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1997 PSA#1879

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- COMBAT IDENTIFICATION TECHNOLOGIES SOL PRDA No. 97-20-AAK POC Contact Kimberly K. Atkinson, Contract Negotiator, (937) 255-5253 or Phillip Marcum, Contracting Officer, (937) 255-5252 E-MAIL: click here to contact the contracting officer, atkinskk@aa.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/AAKD) is interested in receiving proposal abstracts on the research effort described below. Proposal abstracts in response to this PRDA shall be received by 20 Aug 97, 1500 hours Eastern Time, to Wright Laboratory, Directorate of R&D Contracting, Building 7, 2530 C Street, Area B, Attn: Kimberly K. Atkinson (WL/AAKD) 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. Proposal abstracts received after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. There will be no formal Request for Proposal or other solicitation request in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submission of proposal dates. Offerors should request 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 officer cited in this announcement. The guide is also available on the Internet at the following address: http://www.wl.wpafb.af.mil/contract. B -- REQUIREMENTS: (1) Technical Description: The purpose of this effort is to address non-cooperative target identification capability deficiencies. The objectives of this effort are (a) Demonstrate positive combat identification capability of target types enabling high confidence battlefield engagement decisions and addressing existing deficiencies in reliable, robust a-g and a-a target identification capabilities for battlefield interdiction, close air support, special operational forces, and counter-air using mature detection and imaging technology. (b) Flight demonstrate non-cooperative radar identification technologies for fighter platforms. Mature radar identification technologies in both the air-to-air and air-to-ground areas will be emphasized. This technology development and demonstration will provide pilots with positive, timely, and reliable target detection and identification at ranges compatible with advanced weapons release and maximum aircraft survivability tactics. The expected result of this effort is to prove that this technology is worthy of transition to EMD. (c) Develop, integrate, and demonstrate a system-oriented approach of mature air-to-ground radar identification (ID) technologies using advanced radar technologies with appropriate radar mode management and sensor management architectures and software. Focus this effort as an integrated transition of these technologies into an F-15E, F-16, or Joint Strike Fighter platform. (d) Demonstrate previously developed air-to-air ID technologies which utilize sensor fusion techniques. Focus this effort as an integrated transition of this technologies into an F-15E, F-16, or Joint Strike Fighter platform. (e) Resolve critical Air Combat Command deficiencies in the areas of Close Air Support, Battlefield Interdiction, Suppression of Enemy Air Defenses, Attack Operations for Theater Missile Defense, and Offensive and Defensive Counter-air. (f) Provide analyses to determine identification requirements. (g) Perform technology feasibility/utility analyses for other cooperative and non-cooperative systems. This analysis will help assess the impact of identification systems in different mission areas and will assess the candidate technologies to determine their applicability to fighter aircraft. (h) Plan and participate in a ground-based demonstration and a fighter platform (F-15E, F-16, or Joint Strike Fighter) flight demonstration of the radar identification technologies developed. (i) Plan for the transition to EMD including performance and pass/fail criteria. (j) Provide for the cost effective transition of these integrated technologies into a fighter platform through Program Management, Requirements Study, Air-to-Ground Algorithm Integration, Hardware and Software Development, Hardware and Software Integration and Test, Resource Planning, Data Collection, Ground Based Demonstration, and Flight Demonstration. (k) Plan and provide an integrated effort at every phase of the program for the expressed goal of extracting the best possible integrated system performance at minimum program cost. (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) Contract Funds Status Report (CFSR), DI-FNCL-81468/T, quarterly; (d) Presentation Material, DI-ADMN-81373/T, as required; (e) Test Plan, DI-NDTI-80566/T, one time; and (f) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final); (g) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly. All software and/or equipment acquired or developed under this effort shall become the property of the government and are deliverable. The offeror shall identify technical data and/or computer software to be delivered with other than unlimited rights. (3) Security Requirements: SECRET facility and storage clearance requirements apply. TEMPEST requirements apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (4) Other Special Requirements: International Traffic in Arms Regulations apply. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 48 months plus an additional 4 months to prepare/complete the final report. (2) Expected Award Date: November 1997. (3) Government Estimate: The Government funding profile is estimated to be a follows: FY98 -- $3700K, FY99 -- $4500K, FY00 -- $4500, FY01 -- $2000. 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). (5) Government Furnished Property: 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: Restrictions apply which may preclude participation by foreign owned firms in this acquisition. 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 abstracts and proposals. 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. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Abstracts: Proposal abstracts must be submitted in an original and 5 copies. These shall provide a technical description including an understanding of the problem and proposed solution. Rough order of magnitude (ROM) cost estimate summary shall be provided and should contain a breakdown of labor, materials, overhead, general and administrative costs, travel, etc. (no SF 1411). Each proposal abstract should not exceed a total of 15 pages (12 point or larger type), double-spaced, single-sided, 8.5 by 11 inches. Separate abstracts may be submitted for the three different technology areas of air-to-air, air-to-ground, or analysis. The evaluation criteria for the abstract proposal(s) is identical to that for the full proposal, located under Section E. Each abstract should reference the above PRDA number. The Air Force reserves the right to select for further consideration any, all, part or none of the abstracts received. The Air Force will review abstracts to determine those of greatest relevance to the Combat Identification Technology, and intends to respond to the abstracts on approximately 30 days after receipt of abstracts, indicating whether a full proposal is requested. Any offeror not selected to submit a full proposal may still do so if the offeror wishes. (3) Full Proposals: Preparation of full proposals should follow all guidance found in the above referenced WL Guide. The technical and cost full proposals should be submitted in separate volumes in an original plus five (5) copies. The full proposals should be valid for not less than 180 days after the cutoff date for full proposal submission. Adequate price competition is anticipated. Therefore, to permit a cost realism analysis, the submission of a SF 1448, available from the contracting point of contract, is required in lieu of a SF 1411. The cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown. The cost proposal does not have a page limitation, however, offerors are requested to keep cost proposals to 15 pages as a goal. The technical proposal should be limited to 50 pages (12 point or larger type), double-spaced, single-sided, 8.5 by 11 inches, and must include a complete discussion of the nature and scope of the research and the technical approach. Pages in excess of the 50 page limitation will not be considered by the government. 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. The Air Force reserves the right to select for award, any, all, part or none of the proposals received. 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. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. PL98-94 applies. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Preparation Cost: This announcement is an expression of interest only and does not commit the Government to pay for any response preparation costs. The cost of preparing any proposal (abstract or full) in response to this PRDA is not considered a direct allowable charge to any resulting contract or to any other contract. It is however, an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18(e)(2). E -- BASIS FOR AWARD: The selection of one or more sources for invitation to prepare a full proposal shall be based on a scientific and/or engineering evaluation of the abstract responses (both technical and cost aspects) to determine the overall merit of the abstracts submitted in response to the announcement. The selection of one or more sources for award will be based on an evaluation of the offeror's full proposal (both technical and cost aspects). The following evaluation criteria apply to both abstracts and full proposals. Overall technical merit is the most important criteria and shall be evaluated based on the following criteria which are of equal importance: (a) new and creative solutions; (b) the offeror's understanding of the scope of the technical effort; (c) soundness of offeror's technical approach; (d) corporate experience, facilities, availability of qualified experienced technical personnel and their experience with applicable technologies; Cost, which includes consideration of proposed budget and funding profiles, is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated concurrently. 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 to universities or nonprofit institutions or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. See Note 26. F -- POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Thomas Donohue, Wright-Patterson Air Force Base, OH 45433-7303, (937) 255-1108 ext 4061. (2) Contracting/Cost Point of Contract: Questions related to the contract/cost issues should be directed to the contracting officer identified in Part A. (3) 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 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 proposals or in the selection decision. Interested parties should direct all routine communication concerning this acquisition to the contracting POC above. 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, Mr. Mike S. Coalson, ASC/SY, Bldg 52, Rm 136, 2475 K St., Wright-Patterson AFB OH 45433-7642, e-mail coalsoms@sy.wpafb.af.mil, phone 937-255-5535, ext 232. ***** (0181)

Loren Data Corp. http://www.ld.com (SYN# 0007 19970702\A-0007.SOL)


A - Research and Development Index Page