Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1997 PSA#1903

R&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