|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1997 PSA#1903R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- SITUATION AWARENESS FROM ENHANCED THREAT INFORMATION SOL PRDA NO
97-19-AAK DUE 092397 POC Contact Alan C. Struckman, Contract
Negotiator, (937) 255-2902 or Vicki A. Fry, Contracting Officer, (937)
255-5201 E-MAIL: click here to contact the contracting officer,
struckac@aa.wpafb.af.mil. 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 by 23 September 97, 1500 hours Eastern Time, addressed to
Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B,
Attn: (Mr. Alan Struckman, WL/AAKR) Wright-Patterson AFB OH
45433-7607. This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this announcement.
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
permit subsequent submission of proposal dates. Information
incorporated in a supplemental package is necessary for proposal
preparation. Please submit a written request for the supplemental
package to Mr. Struckman, WL/AAKR, Bldg 7, 2530 C Street,
Wright-Patterson AFB OH 45433-7607, telephone (937) 255-2902. Offerors
should request a copy of the WL Guide titled, "PRDA and BAA Guide for
Industry" dated November 1992. 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 stated herein.
The Guide is also available on the internet, address:
www.wl.wpafb.af.mil/contract/hp.htm under a contracting toolbox.
B-REQUIREMENTS: (1) Technical Description: The objective of the
Situation Awareness From Enhanced Threat Information (SAFETI) effort is
to develop and demonstrate information fusion technologies that exploit
Signals Intelligence (SIGINT) and Synthetic Aperture Radar (SAR) based
imagery sources to support the air-to-ground mission for
next-generation strike and air superiority aircraft. SAFETI will
demonstrate a ground-based multi-source fusion capability for the rapid
recognition and dissemination of targets and threat information to the
strike fighter. Comprehensive situation awareness will be developed by
exploiting complementary components of SIGINT and imagery. The data
fused includes, but is not limited to, SAR imagery, tactical data
broadcast information, advanced cartography and tactical databases. The
focus of the fusion effort is to generate cross cueing, aid in
Automatic Target Recognition (ATR), demonstrate cartographic
templating/isolation of likely target areas, and demonstrate efficient
application of resources, all with user defined interaction. Fusion
software will support target detection, tracking, identification, and
event analysis. Advanced cartographic algorithms will be applied to
isolate probable areas of target location. Fusion processes will be
introduced to rapidly align, correlate and fuse multi-source data into
a common object oriented, efficient database. A resulting data base of
correlated objects can then be used to support further SAR image
analysis or can be provided directly to remote tactical users. A
selectable level of automation will be demonstrated from manual
application of fusion (tool set) to user definable embedded operations.
New work in the development of algorithms will be required to perform
several functions. Algorithms will be required to match images to
complementary intelligence information to support evidential reasoning,
for maintaining continuous/contiguous situation awareness, for the
efficient application of resources and for user searching for moved
objects. Cartographic templating algorithms will be required to narrow
down potential search volumes and ortho-rectifying objects. Automation
of such tasks as highlighting user defined conditions of interest, ATR
cueing, information request prioritization and resource management
will be required. It is anticipated that the software will be designed
to be Common Object Request Broker Architecture (CORBA) compliant so
that legacy software could be incorporated into fusion. It is
anticipated that this effort will integrate existing technologies where
possible for signals analysis, image analysis, cartographic templating,
and automatic target recognition. SAFETI will be conducted as a single
effort plus one option. Two software builds, two integration periods
and four demonstrations are anticipated for the SAFETI effort. Each
development/integration period will end in a demonstration. For the
first software build, preliminary signal to image correlation
algorithms will be developed to provide user cues to assign automatic
target recognition ATR processes. At the end of the first software
build, a contractor in-lab demo would take place using archived or
simulated data. For the second software build, a common cartographic
databasing and templating system will be developed in conjunction with
fully automated ATR processes on a limited set of targets. At the end
of the second software build, an in-lab contractor demo would take
place with simulated/archived data. The software developed in builds
one and two will be integrated into the test agency's ground
station/GOLDPAN Rapid Targeting Station (RTS) van facility. A range
test using the agency's assets then follows for the third
demonstration. The purpose of the open air range test is to operate and
evaluate the software elements developed in the first two builds in a
live environment. The contractor will be provided as GFE access to the
RTS van, the 413TW's ground station equipment and the Wright
Laboratory lab equipment, where appropriate, on a non-interference
basis. For the option (the fourth demonstration), the completed SAFETI
system will be integrated into the Wright Laboratory Advanced Real
Time Information in the Cockpit (RTIC) Cell laboratory (known as the
ARC laboratory). The contractor shall give consideration to a joint
demonstration which connects with the ARC Laboratory within the Wright
Laboratory Combat Information Lab. The US Air Force desires unlimited
rights to all new fusion algorithms, software and software data items
developed under SAFETI. Any legacy software used must be made
available to the Air Force at the end of the contract. The contractor
will setup and demonstrate the end item software at Wright Laboratory.
(2) Deliverable Items: Hardware, software, and data as follows should
be proposed: (a) Funds and Man-hour Expenditure Report,
DI-FNCL-80331/T monthly; (b) Contract Funds Status Report (CFSR),
DI-MGMT-81468/T, monthly; (c) Presentation Material, DI-ADMN-81373/T,
as required; (d) Scientific and Technical Reports; Contractor's Billing
Voucher, DI-MISC-8D711/T, monthly; and (e) Scientific and Technical
Reports, DI-MISC-80711/T, (Draft and Reproducible Final); (f) Software
Test Plan (STP), DI-IPSC-81438/T; (g) Software Design Description
(SDD), DI-IPSC-81435/T; (h) Interface Design Document (IDD),
DI-IPSC-81436/T; (i) Database Design Description (DDD),
DI-ISPC-81437/T; (j) Software User Manual (SUM), (Draft and
Reproducible Final). (3) Security Requirements: TOP SECRET facility and
storage clearance requirements apply. The SENIOR YEAR Security
Classification guide applies. TEMPEST requirements will 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 28 months total. The contractor
shall also provide for an additional 4 months for processing and
completion of the final report. If the ARC laboratory option is
exercised, then the technical effort will last 30 months total (two
additional months over the non-option period of performance). The
contractor shall provide for an additional 4 month reporting period for
processing and completion of the final report. (2) Expected Award Date:
3 February 1998. (3) Government Estimate: The Government funding
profile is estimated to be as follows: FY98 -- $1032K, FY99 -- $1000K,
FY00 -- $514 K. 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 or cooperative agreements
awarded will be cost (no fee). (5) Government Furnished Property:
GFP/GFE is anticipated to be available for this effort. This
anticipated GFP is described in the available supplemental package. The
RTS van will be provided on a non-interference, rent-free basis.
Support from the 413 Test Wing at Edwards AFB is anticipated for this
effort. Support from Wright Laboratory in providing access to the ARC
facility is anticipated as well for the ARC option. RTS is a data
collection, annotation and dissemination system that performs the first
phase exploitation for extraction of targets that will be presented to
aircrews in imagery form. RTS overlays annotation information upon the
imagery of the target area, latitude-longitude, elevation, threats,
north up arrow, etc. required to inform the aircrew of the situation.
RTS consists of a shelter in an 8' X 8' X 20' configuration and with
generator and tractor is completely (minus data links) self contained.
RTS requires 2-3 operators, primarily image analysts. REWS is a set of
two 40 foot trailers used for system test and evaluation against an RF
signal environment to support advanced fusion processor development.
REWS is owned and operated by Edwards AFB. The ARC facility, when
built, will be a Wright Laboratory located laboratory. The purpose in
implementing the ARC laboratory is to integrate several complementary
technologies and software applications for the fusion of imagery, both
EO/IR and SAR-based, tactical broadcast sources and intelligence
databases. The lab will be used for rapid prototyping and demonstration
of fusion algorithms. The ARC lab will bridge the gap between the
operational and developmental world by incorporating existing software
products used in intelligence dissemination. Base support will be
provided by Edwards AFB and by Wright Laboratory at Wright Patterson
AFB. (6) Size Status: For the purpose of this acquisition, the size
standard is 500 employees (SIC 8731). (7) Note 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 foreign participation is
excluded at the prime contractor level. Foreign participation at the
subcontractor level will be handled in accordance with the
International Traffic In Arms Regulation (ITAR). 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. Offerors
must submit an approved DD Form 2345, Export-Controlled DOD Technical
Data Agreement with their proposal. P. L. 98-94 applies. 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: Adequate price
competition is anticipated. The cost/price proposal shall be furnished
with supporting schedules and shall contain a person-hour breakdown
per task. A suggested format and instructionsare available from Mr.
Struckman/Facsimile (937) 255-3985 or e-mail at
struckac@aa.wpafb.af.mil (3) 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 technical proposal page count of 50 pages. 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; the SOW is included in
the technical proposal page count. Offerors should refer to the WL
Guide referenced in Section A to assist in SOW preparation. 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 50
pages (12 pitch or larger type) including SOW, double-spaced,
single-sided, 8.5 by 11 inches. The page limitation includes all
information, i.e. indexes, photographs, foldouts, appendices,
attachments, etc., except those listed above. Pages in excess of this
limitation will not be considered by the government. Cost proposals
have no limitations; however, offerors are requested to keep cost
proposals to 25 pages as a goal. (5) Preparation Cost: If selected for
negotiations, qualifying offerors will be required to submit a
subcontracting plan. 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 Air Force
anticipates a single 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 in order of descending importance: (a)
new and creative solutions; (b) the offeror's understanding of the
scope of the technical effort; (c) the availability of qualified
technical personnel and their experience with applicable technologies;
and (d) organization, clarity, and thoroughness of the proposed SOW.
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. The Government will evaluate proposed costs and fees
to ensure they are reasonable, realistic, and complete for the effort
proposed. 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 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. F -- POINTS OF
CONTACT: (1) Technical Contact Point: Engineer, Roger E. Romie, Jr.,
Wright-Patterson Air Force Base OH 45433-6543, (937) 255-3765 ext.
3307. (2) An Ombudsman has been appointed to hear concern 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 Alan Struckman, Contract Negotiator, WL/AAKR, Bldg 7,
2530 C Street, Wright-Patterson AFB, OH 454337607, (937) 255-2902. 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/SYI, Bldg 52, Room 136, 2475 K Street, Wright-Patterson AFB, OH
45433-7642, e-mail coalsons@sy.wpafb.af.mil, (937) 255-5535 ext 232.
See Note 26. ***** (0216) Loren Data Corp. http://www.ld.com (SYN# 0003 19970806\A-0003.SOL)
A - Research and Development Index Page
|
|