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