|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1998 PSA#2078AFMC, Air Force Research Laboratory/IFK, 26 Electronic Parkway, Rome,
NY 13441-4514 A -- ADVANCED RADAR TECHNOLOGY SURVEILLANCE, RADAR RESEARCH AND
DEVELOPMENT SOL BAA 98-08-IFKPA POC Alfred F. Marriott, Program
Manager, 315-330-1577;Joetta A. Bernhard, Contracting Officer,
315-330-2308 AFRL Rome Research Site is soliciting white papers for
innovative approaches in the area of advanced radar technology that
will overcome deficiencies in existing and planned radar systems to
detect, track, and identify aircraft, missiles, spacecraft, space
debris, ground vehicles, water vessels(fast and slow), subsurface
complexes and Nuclear Biological Chemical (NBC) operations operating in
clutter and countermeasure environments. The survivability of new and
existing systems must also be improved without the use of decoys.
Upgrades to existing ISR (Intelligence, Surveillance and
Reconnaissance) Platforms and demonstrations to support transition to
the next level of technology development, and evolutions to new sensors
and concepts (Unmanned Air Vehicles, Space Based Platforms, etc.) need
to be addressed. Sensor concepts should include multiple
configurations with characteristics supporting diverse mission
requirements including Airborne Moving Target Indicator (AMTI), Ground
Moving Target Indicator (GMTI) and Synthetic Aperture Radar (SAR), and
Multiband SAR/Tomographic Imaging features. These concepts include both
Monostatic and Bistatic solutions. Lookdown Bistatic concepts should
include bistatic receivers using radiators of opportunity (TV, FM etc.)
with large wideband receive antennas. Areas of interest include new and
innovative advances in system architectures, hardware, software and/or
signal processing algorithm improvements, survivability, dual use,
positional estimation improvements, unique concepts in radar system
design, Multi-Basing Look Down Surveillance (Air and Space),
Augmentation of Reconnaissance Capabilities (Development of new
surveillance capabilities in Reconnaissance sensors), Ground
Penetrating Radar, Bistatic Radar (Non-cooperative emitter stand alone
sensors and Cooperative augmentation of existing ISR Platforms through
UAVs) and theater missile defense. Addditional technology areas include
the measurement, test, analysis and modeling efforts that are required
to support the development of advanced radar systems. The primary
emphasis is to identify and demonstrate promising technologies for both
monostatic and bistatic radar sensors in Space Time Adaptive
Processing, Adaptive and Knowledge Based (KB), Multi-Channel Signal
Processing Techniques, Innovative and Wideband Processing Techniques,
Multi-Dimensional Processing Techniques and technologies that may
significantly improve the performance of advanced radar systems.
Improved radar system performance developments in spread doppler
clutter environment for a theater application. In some cases, AFRL Rome
may be able to provide further information. Contact the technical POC.
The successful application of these approaches will require a broad
spectrum of expertise, covering hardware, software, and systems
technology. For example, if multistatic radars operating in concert
with advanced Electronic Support Measures (ESM) receivers are to be
integrated into existing and planned systems, it will be necessary to
develop advanced sensor fusion techniques that utilize data from these
multiple Offboard Augmented Theater Surveillance (OBATS) sources to
increase target detection, tracking and handoff. Likewise, increases in
system sensitivity and positional estimates in existing systems will be
required when applying mainbeam nulling and adaptive techniques. The
use of new, high throughput processing schemes may be necessary to
provide timely response when using these new techniques and models.
THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION. DO NOT SUBMIT A
FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5)
copies of a three (3) to four (4) page white paper with a cover letter
indicating whether the offeror is a large, small, woman-owned, small
business, Historically Black College or University, or Minority
Institution. The white paper will be formatted as follows: Section A:
Title, Period of Performance, Cost of Task, Name of Company; Section B:
Task Objective; Section C: Technical Summary. Offerors must mark their
white papers/proposals with the restrictive language stated in FAR
15.609. All responses to this announcement must be addressed to ATTN:
Alfred F. Marriott. Reference BAA-98-08-IFKPA, AFRL/SNRD, 26 Electronic
Pky, Rome, NY 13441-4514. Also, small business only should send one (1)
copy of the cover letter only (1st Class Mail, Unclassified Only) to
ATTN: Ms Janis Norelli, Director of Small Business, AFRL/IFB, 26
Electronic Pky, Rome, NY 13441-4514. Multiple white papers may be
submitted in different areas of technology. White papers will be
accepted until 30 September 2001. The purpose of the white paper is to
preclude unwarranted effort on the part of an offeror whose proposed
work is not of interest under this BAA. Those white papers found to be
consistent with the intent of this BAA may be invited to submit a
technical and cost proposal. Such invitation does not assure that the
submitting organization will be awarded a subsequent award. Proposals
submitted may be evaluated as they are received. Individual proposal
evaluations will be based on acceptability or non-acceptability without
regard to other proposals submitted under the announcement. Evaluation
of proposals will be performed using the following criteria: a) The
overall scientific and/or technical merits of the proposal, b) The
innovativeness of the proposed approach and /or techniques, and c) The
reasonableness and realism of proposed costs and fees. In addition,
the Government will consider other factors, such as past and present
performance on recent Government contracts and the capacity and
capability to perform the requirements of the effort. The criteria used
to evaluate proposals will also be used to determine whether white
papers submitted are consistent with the intent of this BAA and of
interest to the Government. Only a and b above will apply to white
papers. Options are discouraged and unpriced options will not be
considered for award. Principal funding of this BAA and the anticipated
award of contracts will start in FY 98. Individual awards will not
normally exceed 36 months with dollar amounts ranging between $100,000
to $1M per year. Total funding for this BAA is approximately $15M.
Awards of efforts as a result of this BAA will be in the form of
contracts, grants, cooperative agreements, or other transactions
depending upon the nature of the work proposed. Complete instructions
for proposal preparation will be forwarded with the invitation for
proposal submissions. All responsible firms may submit a white paper
which shall be considered. Responders are requested to provide their
Commercial and Government Entity (CAGE) number with their submission as
well as a fax number, and an e-mail address. Foreign or foreign-owned
offerors are advised that their participation is subject to foreign
disclosure review procedures. Foreign or foreign-owned offerors should
immediately contact the contracting focal point, Joetta A. Bernhard,
for information if they contemplate responding. Export-controlled
technical data may be involved, only firms on the Certified Contractor
Access List (CCAL) will be allowed to access such data. For further
information on CCAL, contact the Defense Logistic Service Center at
1-800-352-3572. Selected offerors may be required to review classified
material up to the Secret level, therefore personnel identified for
assignment to the proposed effort must be cleared for, or access to
Secret information. The cost of preparing proposals in response this
announcement is not considered an allowable direct charge to any
resulting contract or any other contract. An ombudsman has been
appointed to hear significant concerns from offerors or potential
offerors during the proposal development phase of this acquisition.
Routine questions are not considered to be "significant concerns" and
should be communicated directly to the contracting officer, Joetta A.
Bernhard, 315-330-2308. The purpose of the ombudsman is not to diminish
the authority of the contracting officer or program manager, but to
communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. The Ombudsman
for this acquisition is Vincent Palmiero, Deputy Chief, Contracting
Division, at 315-330-7747. When requested, 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 process. It is recommended that white papers be received by
the following dates to maximize the possibility of award:
FY-98-30Jul98; FY-99-30Jul99; FY-00-30Jul00; FY-01-30Jul01. White
papers will be accepted at any time, but it is less likely that funding
will be available in each Fiscal Year after the dates cited. This BAA
is open and effective until 30 Sep 01. To receive a copy of the Rome
"BAA & PRDA: A Guide for Industry," Sep 1996 (Rev), write to AFRL/IFK,
ATTN: Lucille Argenzia, 26 Electronic Pky, Rome, NY 13441-4514, or FAX
her at 315-330-4728; the Guide may also be accessed at:
http://www.rl.af.mil/div/IFK/baa/. All responsible organizations may
submit a white paper which shall be considered. Proposers are warned
that only Contracting Officers are legally authorized to commit the
Government. (0107) Loren Data Corp. http://www.ld.com (SYN# 0003 19980421\A-0003.SOL)
A - Research and Development Index Page
|
|