Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1997 PSA#1905

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

A -- INTEGRATED REAL-TIME INFORMATION INTO/OUT OF THE COCKPIT (RTIC/RTOC) FOR COMBAT AIRCRAFT (IRRCA) SOL PRDA No. 97-22-AAK DUE 092397 POC Contact Dawn M. Ross, Contract Negotiator, (937) 255-5252 or Phillip W. Marcum, Contracting Officer, (937) 255-5252 E-MAIL: click here to contact the contract negotiator, rossdm@aa.wpafb.af.mil. A -- INTRODUCTION: Wright Laboratory (WL/AAKD) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be received by 23 September 1997, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R & D Contracting, Building 7, Area B, Attn: Ms. Dawn Ross, WL/AAKD, 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 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 other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submission of proposal dates. Offerors should request acopy of the Wright Laboratory 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 WL/AAKD, Wright-Patterson AFB, OH 45433-6503, telephone (513) 255-5252. This guide is also available on the internet at www.wl.wpafb.af.mil/contract. B -- REQUIREMENTS: (1) BACKGROUND: Previous Real-Time Information in the Cockpit (RTIC) programs have demonstrated the capability to transmit multiple off-board data products to strike aircraft for enhanced mission effectiveness. This capability has been demonstrated many times with both the F-15E and F/A-18 strike aircraft. During the Project Strike II exercise in November 1996, target imagery, target coordinates, weather, and limited route re-planning data were sent to an F-117A. This was the first time that off-board information was transmitted to a Low Observable (LO) aircraft. This demonstration showed the additional flexibility that off-boardinformation can provide to a LO aircraft. The intent of this program is to leverage off of the advancements made during Project Strike II while pushing the technology to the next logical step. The F-117, B-2, and Joint Strike Fighter Program Offices are very interested in seeing a demonstration of the capability to do in-flight mission planning in response to varying mission conditions. The program offices and the user community recognize the additional capacity that this technology could provide to these weapon systems. (2) TECHNICAL DESCRIPTION: The objective of this program is to develop and flight test an in-flight mission planning capability for LO aircraft, ie., F-117, B-2 or similar. Specifically, this program will demonstrate the capability for LO aircraft to perform in-flight mission planning/re-planning, in near real-time, using both national and theater reconnaissance sensor inputs for improved situation awareness and rapid retargeting. The primary benefit that will be derived from this program isthe ability for LO platforms to respond to a variety of changing mission conditions that were not taken into account during pre-mission planning. Pre-mission planning for LO aircraft is a very lengthy process that uses the latest intelligence information available at that time. This information is often times many hours old and the dynamic battlefield situation can change frequently. With these technology enhancements on board the aircraft, the operator will have the flexibility to adjust to conditions such as new and changing threats, changing weather, small target location changes, major target retaskings, timing and fuel changes, and many other situation changes. Using this technology, the aircraft can respond to these changing mission conditions while maximizing the LO profile of the aircraft. The ultimate payoff will be an open architecture system that can be implemented on (LO) platforms to exploit multiple off-board data sources for heightened situational awareness and mission effectiveness. (3) TECHNICAL REQUIREMENTS: The scope of this program will encompass multiple stages including design and development, hot mock-up integration and testing, aircraft integration and flight testing, and a flight demonstration. The contractor shall possess the capability to perform all stages of this program from development through flight-testing and demonstration. The components that make up this in-flight replanning system include the Expanded Situation Awareness Insertion (ESAI) core software, the Common Low Observable Autorouter (CLOAR), a high performance processor capable of running the ESAI core and CLOAR software in real time, a Multi-Mission Advanced Tactical Terminal (MATT) to receive off-board threat inputs, a low observable communications (LOCOMM) antenna, an on-board image processor, and an associated on-board display capability. The contractor shall plan on the majority of off-board information being transmitted to the LO aircraft will be via over-the-horizon Satellite Communications (SATCOM). Provisions shall be made to transmit line-of-sight voice and data communications as well. The ESAI core software along with the CLOAR autorouter will be provided as government furnished property under this program. It is anticipated that the government will provide the low observable aircraft for the flight test and follow-on demonstration. The first stage of this program will involve integration and testing in a hot mock-up that is representative of a low observable aircraft. The purpose of the hot mock-up is to verify operation of the in-flight mission planning system with the existing aircraft avionics and address any potential safety of flight issues. The contractor shall modify the hot mock-up to emulate the avionics configuration to be used during the flight test and demonstration. This modification shall include the changes required to the Operational Flight Program (OFP) and any necessary hardware changes. The next stage will involve the integration of the system on a LO aircraft. After successful ground tests are completed in the hot mock-up, the contractor shall install the in-flight mission planning system in the LO aircraft. The contractor shall fabricate any hardware that is necessary for the proper installation of the system on-board the aircraft. After installation, the contractor shall integrate the in-flight mission planning system with the existing aircraft system, and then perform a functional test of the modified aircraft. The contractor shall conduct a multi-sortie flight test to confirm the end-to-end capability of the system to receive off-board inputs, process the information, determine a response, and then compute and fly a new route which maximizes the LO profile of the aircraft. These flights shall be accomplished LO platform such as an F-117 or similar aircraft. The contractor shall perform demonstration planning and coordination to develop realistic scenarios and ensure the participation of necessary parties involved in the demonstration. These additional parties include range support, aircraft control, ground element support, and command and control personnel. The government will assist in the coordination of activities and personnel required for the demonstration. The contractor shall perform a flight demonstration that will serve as the final stage of this program and provide full confirmation that this technology is feasible in an "operational like" scenario to include hilly, mountainous terrain. The flight demonstration shall include the same LO aircraft operating on a designated test range using both live and simulated national and theater sensor inputs in a scripted scenario to validate the full capability of the in-flight mission replanning system. The contractor shall investigate and perform Real-Time Information Out of the Cockpit (RTOC) operations for the purposes of Bomb Damage Assessment (BDA) and mission reporting with both ground-based and airborne command and control nodes. C -- DATA AND OTHER DELIVERABLES: (1) The contractor shall prepare and deliver the following data (the term "/T" means tailored) items: (a) R&D Status Report, DI-MGMT-80368/T (quarterly), (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T (quarterly), (c) Contract Funds Status Report (CFSR), DI-FNCL-81468/T (quarterly), (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T (monthly), (e) Project Planning Chart, DI-MGMT-80507 A/T (ASREQ), (f) Presentation Material, DI-ADMN-81373/T (ASREQ), (g) Scientific and Technical Reports, Final Report, DI-MISC-80711/T (Draft and Reproducible Final), (h) Test Plans/Procedures, DI-NDTI-80808/T (ASREQ) (I) Software Version Description, DI-IPSC-81442/T (ASREQ) (2) A Kickoff Meeting shall be held at Wright-Patterson AFB within 30 days after contract award. Quarterly Technical Reviews shall be conducted with the location alternating between the contractor's facility and Wright-Patterson AFB. The Final Review shall be held at Wright-Patterson AFB. D -- OTHER SPECIAL REQUIREMENTS: (1) INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR): ITAR requirements apply to this effort. Offerors must submit DD Form 2345, Export-Controlled DoD Technical Data Agreement with their proposal. PL 98-94 applies. (2) SECURITY: It is anticipated that work performed under this effort will require access to data and information that is classified up to and including the TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (TS/SCI) level. The contractor must possess the personnel and facilities to support this level of classification. TEMPEST requirements apply. Generation of classified material for this solicitation is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. E -- ADDITIONAL INFORMATION: (1) CONTRACTS AWARDED: The government is planning to award a single contract for this effort. (2) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical information is estimated to be 30 months. The contractor shall provide for an additional 4 months for processing and completion of the final report. (3) EXPECTED AWARD DATE: 15 Nov 97. (4) GOVERNMENT ESTIMATE: The funding estimate for the total program is FY98-$1.5M, FY99-$2.5M for a total of $4.0M. This funding is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (5) TYPE OF CONTRACT: Cost Plus Fixed Fee. Any grants awarded will be Cost (no fee). (6) GOVERNMENT FURNISHED PROPERTY/EQUIPMENT: As a part of this effort, the government will provide the ESAI core fusion software, the CLOAR autorouter, a low observable aircraft, a MATT radio terminal, and the ground element responsible for processing and packaging imagery products to be sent to aircraft during testing and demonstration. (7) SIZE STATUS: For the purposes of this solicitation, the size standard is 500 employees (SIC 8731). (8) NOTICE TO FOREIGN-OWNED FIRMS: Foreign contractors are not permitted to participate in this procurement at the prime contractor level. F -- 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: Adequate price competition is anticipated. No SF 1411 is required. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task and by calendar year. (3) TECHNICAL PROPOSAL: The overall 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. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks 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. 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 (l2 point or larger type), double-space, single-sided, 8.5 by 11 inches. The page limitation applies to all information including the Statement of Work, but excluding indexes, photographs, foldouts, appendices, attachments, descriptions of equipment and facilities, resumes, etc. Pages in excess of this limitation will not considered by the government. Cost proposals have no limitations; however, offerors are required to keep cost proposals to 50 pages as a goal. (5) PROPOSAL ON DISK: It is requested, but not required that the offeror(s) also submit the technical proposal on DOS 3 1/2" floppy disk(s) in Microsoft Word 6.0 format. (6) 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. G -- BASIS FOR AWARD: A single award is anticipated and will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal and value to the government 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) the offeror's understanding the problem and scope of the technical effort; (c) the soundness of the offeror's technical and management approach; (d) the corporate experience, facilities, and the availability of qualified experienced technical personnel. In addition, experience with RTIC and RTOC technologies, flight demonstrations, avionics architecture, avionics processor, avionics software, and their integration, and (e) the organization, clarity and thoroughness of the proposed SOW. Costand/or price, which includes consideration of proposed budget and funding profiles is a factor, but is 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. Although the Air force anticipates a single award it reserves the right to award multiple contracts, a grant or cooperative agreement for any, all, part, or none of the proposals received. Award of a grant or cooperative agreement, in lieu of a contract, to universities and non-profit institutions will be considered and will be submit to the mutual agreement of the parties. H -- POINTS OF CONTACT: (1) Technical point of contact: Questions on technical issues may be referred to the project engineer. Mr. Dan Turner, WL/AAZT, 2241 Avionics Circle, Wright-Patterson Air Force Base, OH 45433-7334, (937) 255-4794 ext. 4051. (2) Contracting/Cost point of contact: Questions related to the contract/cost issues should be directed to Wright Laboratory, Directorate of Research and Development Contracting, Ms. Dawn M Ross, WL/AAKD, Wright-Patterson Air Force Base, OH 45433-76-6, voice (937) 255-5252, telefax (937) 255-3985 or e-mail rossdm@aa.wpafb.af.mil. Direct all requests for solicitations and routine communication concerning this acquisition to the point of contact in item 11 above or to Mr. Phillip W Marcum, Contracting Officer, WL/AAKD, Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, telephone (937) 255-5252, fax (937) 255-3985. 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 required, 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.. These serious concerns only may be directed to the Ombudsman, Mr. Mike Coalson, ASC/SYI, Bldg 52, Room 136, 2475 K Street, Wright-Patterson AFB OH 45433-7642, e-mail coalsoms@sy.wpafb.af.mil, phone (937) 255-5535, ext 232. See Note #26. (0218)

Loren Data Corp. http://www.ld.com (SYN# 0012 19970808\A-0012.SOL)


A - Research and Development Index Page