Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1998 PSA#2026

SPAWARSYSCEN, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113

A -- ULTRA SMALL APERTURE TERMINAL (USAT) ADVANCED TECHNOLOGY FOR MOBILE SATCOM SOL N66001-98-X-6901 DUE 030698 POC Contract Specialist, Ms. Joyce Miller-Corona, Code D212, (619)553-4333, corona@sparwar.navy.mil. Technical Contact: Dr. Roy Axford, (619)553-3729, axfordra@spawar.navy.mil. Contracting Officer, Mr. Ed Brown, (619)553-5725. Broad Agency Announcement (BAA). The Space and Naval Warfare Systems Center's (San Diego) Communication and Information Systems Department is conducting applied research toward the demonstration of a multi-vehicle ultra small aperture terminal (USAT) to support full-duplex, high data rate, mobile satellite communications (SATCOM). The objective of this applied research is to develop the technology base in tracking antennas and supporting low-noise, high-power, radio-frequency (RF) and intermediate-frequency (IF) electronics for the military and commercial K/Ka-bands that will enable the fulfillment of high data rate (T1+) mobile SATCOM requirements on multiple vehicle types with common hardware. The anticipated payoffs of producing a multi-vehicle USAT include increased economies of scale, reductions in weight, volume and radar cross section (RCS), and a greater number of constraint-compliant installation alternatives for all mobile platforms of interest. The goal of the planned USAT technology development and demonstration is to provide a single low-cost, full-duplex, K/Ka-band, mobile SATCOM terminal suitable for temporary, semi-permanent or permanent installation on surface ships, aircraft and ground mobile vehicles. The USAT should also be employable on submarines with suitable repackaging. The USAT is desired to operate in the following SATCOM bands: 20.20 -- 21.20 GHz satellite-to-earth (military K), 30.00 -- 31.00 GHz earth-to-satellite (military Ka), 17.70 -- 20.20 GHz satellite-to-earth (commercial K) and 27.50 -- 30.00 GHz earth-to-satellite (commercial Ka). The key attributes of the USAT are that it must (a) be affordable, (b) possess vehicle-to-vehicle commonality to the greatest practical extent, (c) be as compact and lightweight as possible, (d) incorporate RCS reduction design techniques and (e) be tolerant of the harsh conditions found in the marine, airborne and ground mobile vehicle environments. The Government is seeking an open system, non-proprietary approach to this effort. Use of non-developmental items (NDI) and commercial off-the-shelf (COTS) components is encouraged to the maximum practical extent, but a moderate research and development effort is anticipated. Technologies areas of interest for the USAT include (but are not limited to): (1) Electromagnetics: This technology area will principally develop and demonstrate antenna architectures than can transmit and receive in the desired SATCOM bands and handle all signal polarizations. Designs that require hardware reconfiguration to transmit and receive in the entirety of the desired frequency bands, say, in reasonable sub-bands at a time, are acceptable. A similar statement applies to polarizations. Designs should mitigate the negative impacts of any needed hardware reconfigurations by making them easy to do (e.g., through modular construction, precision indexing aides, etc.). Although phased array and focusing reflector antennas will not be excluded from consideration, the emphasis of this USAT development is on lower cost alternatives to fully electronically steered antennas that have lower profiles than traditional reflector antennas. It is envisioned that USAT compatibility with low RCS constraints will be obtained principally from radome geometries and small physical size. (2) Pointing and Tracking Systems: This technology area will principally develop and demonstrate realizations of adaptable techniques for acquiring and tracking geosynchronous, medium and low earth orbit satellites from ships, aircraft and ground mobile vehicles. Acquisition and tracking techniques are not expected to be independent of the antenna architectures and may be electromechanical, purely electronic or hybrids. The acquisition and tracking techniques should use programmable combinations of navigational, vehicle attitude and motion data, satellite ephemeris data and received signal level indications as appropriate for the mobile platform and its operating environment, and the desired satellite. Designs should stress flexibility and adaptability to situations in which (a) the mobile platform does not provide navigational, vehicle attitude and motion data (in which case these data are provided by components within the USAT itself), (b) the received signal level fading may be dominated by mechanisms other than antenna pointing errors (e.g., shadowing) and (c) the received signal consists of a frequency-hopped or direct sequence spread spectrum waveform. Offerors should discuss design options for accepting received signal level (RSL) indications from the radio-frequency/intermediate-frequency (RF/IF) translation electronics and from external modems. Offerors should compare the merits and drawbacks of these options with those of including a separate tunable "beacon receiver" within the pointing and tracking electronics for providing RSL indications. Offerors should discuss how their design would accommodate hand-off between multiple antennas on vehicles that require more than one antenna to provide an unobstructed view of the sky. Designs should include remote control and monitoring capabilities that are consistent with DoD accepted standards-based interfaces (e.g., ones that are Simple Network Management Protocol (SNMP) capable). (3) K/Ka-Band Radio-Frequency/Intermediate-Frequency (RF/IF) Translation and Distribution Techniques: This technology area will principally develop and demonstrate modular tunable up/downconverters, and low noise block (LNB) frequency downconverters for the desired SATCOM bands. In addition this area will develop low-loss radio frequency (RF) signal distribution techniques that address the challenges of high attenuation at K/Ka-band RFs. The intermediate frequencies (IFs) of interest are 70, 140 and 700 MHz. The contiguous block of IFs of interest is 950-1,450 MHz. Offerors should discuss the merits and drawbacks of designs that include Doppler pre-compensation techniques in the RF/IF translation electronics, recognizing that many modems also incorporate this capability. Offerors should discuss design options for supplying receivedsignal level indications to the pointing and tracking electronics, and for supplying received signals at IF to multiple external modems and monitoring equipment (e.g., spectrum analyzers). Designs should include remote control and monitoring capabilities that are consistent with DoD accepted standards-based interfaces (e.g., ones that are SNMP capable). (4) Compact Radio Frequency High Power Amplifiers (RF HPAs): This technology area will principally develop and demonstrate radio-frequency high-power amplifiers (RF HPAs) for the desired earth-to-satellite frequency bands with significant reductions in physical size and weight from those currently widely available. Designs that require hardware reconfiguration to transmit in the entirety of the desired frequency bands, say, in reasonable sub-bands at a time, are acceptable. Designs should mitigate the negative impacts of any needed hardware reconfigurations by making them easy to do (e.g., through modular construction, precision indexing aides, etc.). Designsshould include robust self-protection techniques, provisions for accepting variable standards of available prime power, and remote control and monitoring capabilities that are consistent with DoD accepted standards-based interfaces (e.g., ones that are SNMP capable). Two phases of the USAT effort are envisioned. Phase I will develop and validate design concepts through reduced-scale demonstrations in selected operational environments. For example, a Phase I prototype might cover a portion or portions of the desired SATCOM radio frequency bands, or have available only one of the desired intermediate frequencies, etc. Phase II will demonstrate one or more full-scale pre-production prototype(s) with full objective capabilities in major field exercise(s) and/or operational deployments. Multiple awards will be considered for both phases with the possibility of a subset of Phase I performers being selected for participation in Phase II. The estimated periods of performance are as follows: Phase I, July 1998 through July 1999; Phase II, July 1999 through July 2000. Interested organizations are encouraged to submit an initial ten page (excluding the cover letter and title page) white paper within thirty days of publication of this BAA. The white paper should address one or more of the technology areas, as applied to one or more of the phases of the program. Completeness should be considered due to the interrelationship of the technical areas. The narrative should include a technical description of the effort, interrelationship of the technology areas (if more than one is addressed), identification of the risks, a preliminary schedule, and a rough cost estimate for each phase addressed. All technical approaches will be considered. Offerors may submit more than one white paper. Administrative POC: Joyce Miller-Corona, Space and Naval Warfare Systems Center, San Diego, Code D212, (619)553-4333, corona@spawar.navy.mil. Technical POC: Dr. Roy A. Axford, Jr., Space and Naval Warfare Systems Center, San Diego, Code D841, (619)553-3729, axfordra@spawar.navy.mil. The Space and Naval Warfare Systems Center, San Diego has developed a technology base and a USAT design concept via an applied research program. A technical package consisting of concept description, design guidelines, and anticipated terminal requirements will be made available to interested parties via a web site at http://jmcoms.nosc.mil/d842/default.html. Questions regarding the content of the web site should be referred to the technical contact identified above. A list of questions and responses will be manitained at the web site. Submitted white papers will be evaluated as to their potential interest to the Government according to the following criteria: 1) relevance and effectiveness with which the proposed technology and application meets the objective of this Ultra Small Aperture Terminal effort, and 2) technical merit, feasibility, suitability and adequacy with which the proposed technical approach fits with anticipated needs. WHITE PAPERS SHOULD BE UNCLASSIFIED. White papers will be referred to a review panel for the evaluation process. White papers may be evaluated and selected as received or may be grouped for review and evaluation. However, the white papers will not be evaluated against other white papers and proposals. The cost of preparing white papers in response to this announcement is not considered an allowable direct cost under any resulting contract. White Papers are due 30 days from the date of the CBD Publication of this announcement. Respondents whose white papers are deemed favorable with respect to the above criteria will be invited to submit full proposals. A CLASSIFIED INDUSTRY BRIEF TO INVITED OFFERORS MAY BE CONSIDERED BY THE GOVERNMENT PRIOR TO SUBMISSION OF FULL PROPOSALS (AFTER EVALUATION OF THE WHITE PAPERS). SUBMITTED PROPOSALS SHOULD BE UNCLASSIFIED. ANY NECESSARY ACCOMPANYING CLASSIFIED MATERIAL SHOULD BE FORWARDED IN A SEPARATE ADDENDUM. IF ANY PROPOSED WORK IS CLASSIFIED, THEN PROPOSED PERSONNEL SHOULD HAVE AT LEAST A SECRET CLEARANCE. The Government desires unlimited rights with regard to intellectual property including concepts, data, computer algorithms, and reports delivered under this procurement. Proprietary concepts and information should be clearly identified up front and marked in white papers. An original plus 5 copies of the initial white paper should be submitted to: Space and Naval Warfare Systems Center Attn: Code 02214B 53570 Silvergate Ave. Bldg. A33 Rm. 0061 San Diego, CA 92152-5113. Any awards are contingent on the availability of funds specifically allocated for this announcement. Approximately 3 million dollars is appropriated over the duration of this effort, 1 October 1997 through 30 September 2000, although not currently available for this procurement. Final proposal submission will not be requested until funds availability is reasonably assured, but this will not delay notification of offerors that full proposals will be invited. Contract award will be based upon technical merit as indicated in the evaluation criteria,and funding availability. The Government reserves the right to select for consideration and possible award, all, some, or none of the white papers and proposals received in response to this announcement. The Government further reserves the right to issue either procurement contracts, grants, cooperative agreements or other transactions. This notice constitutes a BAA as contemplated in FAR 35.016. No additional written information is available, nor will a formal request for proposal (RFP) or other solicitation regarding this announcement be issued. Interested parties are invited to respond to this synopsis. All responsible parties' responses will be considered. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0001 19980205\A-0001.SOL)


A - Research and Development Index Page