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