Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956

HQ Electronic Systems Center, R&D Contracting Division (ESC/PKR) 104 Barksdale St, Hanscom AFB MA 01731-1806

A -- AIRBORNE INFRARED MEASUREMENT, ANALYSIS, MODELING SOL PR GF712168803001 POC Mr. Robert W. Tyrrell, Contracting Officer, ESC/PKR, 617-377-2930; Mrs. Carol Robertson, Contract Specialist, ESC/PKR, 617-377-4844; Mr. David Akerstrom, Technical Contact, PL/GPOB 617-377-3110. Research and Development, Operation and Maintenance sources are sought in support of the Phillips Laboratory Geophysics Directorate, Optical Environment Division, Airborne Measurements Branch, Flying Infrared Signatures Technology Aircraft (FISTA) program to continue work which encodes IR phenomena observed during target signature and background measurement programs into improved versions of the Spectral and Inband Radiometric Imaging of Targets and Scenes (SPIRITS) which is presently being done by Spectral Sciences, Inc. This Contract (F19628-93-C-0110), is scheduled to be completed by 20 Nov 98. The Contractor shall continue the work in the following areas: Provide calibrated infrared (IR) measurements of aircraft in order to understand the phenomenology of aircraft signatures. This data was also used as the basis for the development of the SPIRITS database, a first principle model that produces validated predictions of targets imbedded into their Natural IR backgrounds. The contractor shall prepare,from an understanding of the relevant phenomenology as learned from FISTA measurements, a model database compatible with the current and revised JANNAF (Joint Army Navy NASA Air Force) approved SPIRITS code. The contractor shall demonstrate their capability in modeling IR characteristics of targets imbedded in backgrounds, such as bidirectional reflection and emission, engine plume, and hot parts signatures. The SPIRITS modules shall contain all the information necessary for predicting a target's IR signature. The contractor as a minimum shall provide for each database module a cycle deck database, cycle deck interpolator, paint file, thermal file, Geometry database, interaction file, nozzle Geometry file, and Facet Temperature file. The contractor shall prepare a report summarizing the analysis and modeling of the IR characteristics needed to create each model database. The report shall as a minimum describe how the user interfaces with the SPIRITS. It shall have a list of detailed instructions on how to run the current version of SPIRITS with the database (i.e., any actions necessary to use the database to predict a target's signature). The report shall be written so that a novice user of SPIRITS would be able to run the SPIRITS model database and produce the sample cases. The report shall compare a data set of analyzed measurements to the SPIRITS model database and determine the degree of validity for each area compared. Explain all assumptions made regarding the validation, including any non-standard actions performed with the SPIRITS software or database (e.g., cycle deck interpolation/extrapolation, selected defaults). Explain any deficiencies found for the model database during the validation and give posssible solutions. The data set compared shall contain, as a minimum, 15 distinct cases covering the short wave length IR (SWIR), medium wave length infrared (MWIR), and long wave length IR (LWIR). Sample cases shall be provided which include enough information, input and output files, for a novice user ofSPIRITS to reproduce the results of each sample case. The sample cases shall be chosen from the data set of measured data and cases used for the validation. As directed by the government, the contractor shall convert measured spectral, spatial, and radiometric IR signature data from measured to absolute units on the data. Based on calibrated data results, the contractor shall utilize his existing understanding of IR physics to perform detailed analysis and studies to determine the underlying phenomena that produced the data. The contractor shall prepare a report summarizing the analysis of the IR characteristics of each target. The contractor shall validate each of these SPIRITS modules through careful comparison with the operational airborne IR data measured by PL/GPOB. The validated SPIRITS module shall be able to predict the IR signature of a target throughout its entire operational envelope, not just those conditions measured by PL/GPOB. It is estimated that two (2) SPIRITS code upgrades models shall be required each year. Describe how the operational model database was created and the physics involved in creating it. List all the assumptions that were made regarding the target (e.g., non-standard paints used, plume flow field, non-standard facets used, etc.); and any other information pertinent to the user. Operation, upgrades and maintenance of the SPIRITS Model and Databases. Based on identified model deficiences, the contractor shall make upgrades and modifications to the SPIRITS model and databases. For model upgrades or deficiencies, the turn around time will be on a case by case basis. For each upgrade/modification, the contractor shall prepare a report which contains, as a minimum, a description of the problem, the solution, code implementation, validation of the new code, how to use the new code, and technical manual section. The report shall also include a description of the difference between the previous version of SPIRITS and the current version of SPIRITS, and a description of any unresolved deficiencies or anomalies. The contractor will provide up to four (4) flight qualified professional personnel, with TOP SECRET clearances, scientifically trained and familiar with IR techniques, to accompany Air Force personnel on the Air Force FISTA (NKC-135A) aircraft for the purpose of data collection. The flight personnel shall operate, calibrate, and track the various airborne IR equipment flown by FISTA. The equipment will include airborne interferometers, IR imagers, radiometers, and visible cameras. The exact duties on the aircraft wil be determined by PL/GPOB personnel. A total of six hundred and forty (640) hours total per year of flight duty time is nominally required for all four (4) flight qualified personnel. These flight qualified personnel will be required to obtain and maintain Federal Aviation Administration (FAA) class III flight examination certificates, and Air Force physiological, survival and aircraft familiarization training to initialize and maintain flight qualification status. The contractor will provide adequate manpower with proper mix of levels of skills such as Scientists, Engineers, Technicians, Research associates, Computer programmers and Administrative personnel. The contractor will collaborate with PL Scientists for field campaigns, scientific data analysis and on publishing scientific papers based on cooperative work. The contractor shall prepare R&D Status Reports and Contract Funds Status Reports (CFSR) quarterly. The use of PL facilities will not be provided to the selected contractor. Travel shall be required in support of data flights, flight qualification, data reduction and analysis, software installation, as well as scientific meetings and conferences as required. Consultations shall be required at PL, there shall be up to 45 meetings per year with a minimum of two days notice. Interested potential sources should respond by indicating their ability to meet the above screening criteria. The work involves travel and flight on the FISTA NKC-135 aircraft for field observations. The expected work load is 4.45 man-years per year over the forty-eight (48) month period of performance beginning in the third quarter of FY98. Offerors interested in documenting their capabilities to perform this work should reference Purchase Request GF712168803001 in responding to the Deputy for Small Business, ATTN: ESC/BC, Mr. Alan Hart, 275 Randolph Road, Hanscom AFB, MA 01731-2818. Information on file at ESC/BC must be supplemented to document the capabilities in the above stated areas. Organizations not registered must submit complete qualifying information. Firms responding should also indicate whether they are a large business, small disadvantaged business, 8(a) concern, or woman-owned small business, and whether they are a U.S. or foreign-owned firm. Disclosure of classified and export-controlled unclassified including sensitive un-(classified) information shall be denied to Foreign Governments and Foreign Nationals, including firms under foreign ownership; influence, or control, even if the firm has been granted a reciprocal industrial security facility clearance. This Foreign Disclosure denial applies to both the solicitation and to contract performance, and it also applies to prime contractors as well as to all subcontractors. Each offeror responding to this synopsis is requested to submit with its reply a name and telephone number for a point of contact. The Government will solicit those firms meeting the screening criteria in this synopsis. Organizations responding to this sources sought synopsis will not be identified as to whether or not they meet the screening criteria. Any offeror initially judged to be unqualified will be provided a copy of the solicitation upon a written request and any offer such a firm might submit will be evaluated without prejudice. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the program manager and/or the contracting officer and could not be satisfactorily resolved at that level. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Colonel Lee H. Hughes, Director, Commander's Staff, ESC/CX, Tel. 617-377-5106. This synopsis is for information and planning purposes, does not constitute an IFB or RFP, and is not to be construed as a commitment by the government. Closing date for submission of responses is thirty (30) days from the publication of this notice. See Numbered Note(s): 25. (0293)

Loren Data Corp. http://www.ld.com (SYN# 0013 19971022\A-0013.SOL)


A - Research and Development Index Page