Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1998 PSA#2110

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ADVANCED TACTICAL TARGETING TECHNOLOGY (AT3) -- PART 1 OF 2 SOL PRDA NO. 98-01-SNK DUE 072198 POC Contact Dawn M Ross, Contract Negotiator, 9937) 255-5252 or Phillip W Marcum, Contracting Officer, (937) 255-5252 WEB: Click here to view the R&D Contracting Home Page, http://www.wrs.afrl.af.mil/contract/. INTRODUCTION: Air Force Research Laboratory (AFRL/SNKD) is interested in receiving proposals (technical and cost) on the research effort briefly outlined in Section B, as supplemented by the Advanced Tactical Targeting Technology (AT3) Program Information Package (PIP) that is available separately from the contracting point of contact (POC) listed below. Proposals in response to this PRDA shall be received by 21 July 1998, 1500 hours Local Time, addressed to Air Force Research Laboratory, R & D Contracting Office, Building 7, Area B, Attn: Ms. Dawn Ross, AFRL/SNKD, Wright-Patterson AFB, OH 45433-7607. Potential offerors are notified that effective 1 Jun 98, in order to be eligible to receive any DOD awards, you must be registered in the Central Contractor Registration (CCR) Database, unless a contractor meets any of the exceptions of DFARS 204.7302. On-line registration instructions can be accessed from the Wright Research Site Contracting Office homepage, at http://www.wrs.afrl.af.mil/contract/ orthe DISA CCR homepage at http://ccr.edi.disa.mil. This is an unrestricted 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 52.215-1(c); 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 subsequent PRDA amendments that may change proposal submission dates. Offerors should request a copy of the WL 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 AFRL/SNKD, Wright-Patterson AFB, OH 45433-6503, telephone (937) 255-5252. This guide is also available on the Internet at http://www.wrs.afrl.af.mil/contract/. All offerors will submit in writing their request for a copy of the supplemental package. Facsimiles and e-mail requests will be accepted. All requests will be addressed to Ms. Dawn Ross, AFRL/SNKD, 2530 C Street, Wright-Patterson AFB OH 45433-7607, or faxed to (937) 255-3985. The supplemental package contains: 1) Phase 0 final reports; 2) The PIP which includes classified threat information and scenarios; and 3) Cost/price proposal formatting instructions. This request must contain the address of the offeror that has safeguarding capability up to the SECRET level. Upon verification of the offeror's facility clearance, the supplemental package will be mailed via lst class postage. B -- REQUIREMENTS: (1) BACKGROUND: The contraction of the US force structure prohibits dedicating aircraft to the support mission of "Suppression of Enemy Air Defenses" (SEAD). Aircraft in the current and future inventory must be capable of this and other important missions in addition to their primary roles, notwithstanding that the future electronic environment will be even more dangerous than in the past. On the other hand, successful SEAD will depend on robust ESM (electronic support measures), i.e. the ability to detect and classify threat emitters on demand from long range (of the order of 50 -- 150 nm) without prior specific indications and to locate them accurately (of the order of 15 -- 50 meters Circular Error Probable) within seconds of the first transmission. In the past it has been assumed that ESM could be performed only by dedicated platforms employed in standoff geometries in conflict with the constraints above. The objective of the Advanced Tactical Targeting Technology (AT3) program is to challenge the conventional dedicated-aircraft assumption with the idea that current and planned platforms, even if engaged only in their primary missions, can satisfy SEAD/ESM requirements if each is equipped with an ESM sensor and processor, all interconnected by a single, real time, network. The resulting distributed ESM system should then be capable of employing a host of techniques which integrate the separate but simultaneous measurements of a single emitter for classification, identification, and geolocation. Given sufficient accuracy and data rate, real-time TDOA (time difference of arrival), FDOA (frequency difference of arrival), AOA (angle of arrival) and other techniques should give accuracies limited only by the number of participating systems and their locations. This solicitation seeks proposals for the expansion and demonstration of this idea. Other future applications of these technologies may include air-to-air and communications band passive targeting. (2) TECHNICAL DESCRIPTION: The overall objective of the program is to design, develop, evaluate, and flight demonstrate technology that will enable the development of a system that requires minimal aircraft modification, and provides passive, cooperative-platform, emitter location of sufficient precision and timeliness for lethal SEAD targeting from non-dedicated platform aircraft. Greatest interest will be shown to concepts that have the highest legacy compatibility with platforms already fielded or planned. It is envisioned that an AT3 system could be deployed on multiple non-dedicated platforms to include fighter aircraft, Unmanned Air Vehicles (UAVs) and other available theater targeting assets. The contractor shall provide the personnel, facilities, and equipment necessary to meet the objectives as outlined in this announcement. The offeror's proposal shall specify the principal investigator and all locations where work will be performed for this program. This program is divided into Phases 1 and 2. Offerors may submit proposals for any or all phases or their subthrust areas. The objective of Phase 1 (14 months) is to conduct (i) simulation and analysis and (ii) critical component technology development. The objective of Phase 2 (22 months) is AT3 system development and field demonstration. Phase 1 proposals are sought in two areas: (i) Simulation and Analysis (nominal 6 months): During the initial phase of this program alternative approaches to the problem mustbe synthesized and investigated in detail both analytically and with simulation to characterize the points of greatest military utility (e.g., air defense capabilities destroyed). A primary objective of Phase 1 is to validate the feasibility and value of proposed concepts and performance goals. Offerors are sought who possess an existing and thorough knowledge of the advanced methods of ESM, and appreciation of the technical issues that pace this approach (e.g. leading edge detection, consistency of demodulation, multi-path propagation, digital receiver and A/D converter state-of-the-art), knowledge and experience with previous programs that have had similar technical objectives (such as Precision Location Strike System, Airborne Location and Strike System, Guardrail, etc.), and a preexisting capability for 1) dynamic simulation of pulse analysis, 2) data flow among cooperative platforms of varying aspect and location and 3) operational analysis to assess overall military utility. (ii) Critical Component Technology Development: The objective is to define the system architecture, identify the critical component technologies (hardware/software), and formulate and execute a demonstration plan for the highest risk critical components. Performers are sought who will provide the personnel, facilities, and equipment necessary to design, develop, and demonstrate the most promising approaches. Successful offerors must demonstrate detailed competency with the advanced technologies believed critical for the AT3 program. These could include high sensitivity, wideband microwave sensors, very high speed signal/data processors, algorithms for emitter characterization and pulse train association, and dynamic allocation of the communications resources for transferring of emitter information between AT3 platforms. Central to the AT3 approach is precise platform location and timing based on 7-D registration (location, velocity and time) from Global Positioning System/Inertial Navigation System (GPS/INS). It is expected that a precision clock will be utilized for signal waveform time-tagging within GPS time mark pulses and microwave sensor calibration to insure platform-to-platform signal alignment. Phase 1 (i) offerors are not required to offer a progression to Phase 2 (below) and may offer an option to continue a separate simulation and analysis activity; however, only Phase 1 (ii) offerors may offer an option to continue to Phase 2. Multiple Phase 1 proposals may be funded. Phase 2 proposals are sought to build brassboard hardware sets and ground and flight demonstrate the AT3 capabilities. AT3 concept demonstrations should employ a minimum of three separate brassboard hardware sets on three separate platforms operating together in flight as a single system which can target general purpose shoot-to-coordinate precision guided munitions (PGMs) for lethal SEAD in a dense environment of mobile, intermittently active emitters. (3) COORDINATION OF PHASES: Phase 1 performance will commence upon contract award. Phase 1 (Analysis, Design and Critical Component Demonstration) will have a period of performance of 14 months with a System Simulation and Analysis Review at approximately 4 months, a Preliminary Design Review (PDR) at approximately 7 months and a Critical Design Review (CDR) at the conclusion. During Phase 1, laboratory demonstrations of technologies will be performed in order to assess progress towards Phase 2. Phase 2 (Fabricate and Test) will have a period of performance of 22 months with a System Design Review (SDR) at approximately 4 months, Test Readiness Review (TRR) 60 days prior to test, and a Final Review at the conclusion. Offerors should propose interim milestones and test plans demonstrating progress toward these major milestones. MIL-STD-1521 can be used as a guideline. C -- DATA AND OTHER DELIVERABLES: (1) The contractor shall prepare and deliver the following data (the term "/T" means tailored) items: (a) Status Report, DI-MGMT-80368/T (quarterly), (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T (quarterly), (c) Contract/Schedule Status Report (C/SSR), DI-MGMT-81468/T (quarterly), (d) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T (monthly), (e) Project Planning Chart, DI-MGMT-80507A/T (ASREQ), (f) Presentation Material, DI-ADMN-81373/T (ASREQ), (g) Scientific and Technical Reports, Phase 2 Plan, DI-MISC-80711/T (Due at CDR, first draft due 4 weeks prior to CDR), (h) Scientific and Technical Reports, Annotated CDR Charts, DI-MISC-80711/T (Due at CDR), (i) Scientific and Technical Reports, Phase 1 Final Report, DI-MISC-80711/T (Draft and Reproducible Final), (j) Test Plan, DI-NDTI-80566/T (Due 60 days prior to demonstrations at DoD ranges ) (k) Software Version Description (SVD), DI-IPSC-81442/T (ASREQ), (l) Scientific and Technical Reports, Phase 2 Final Report, DI-MISC-80711/T (Draft and Reproducible Final), (m) Contract Work Breakdown Structure, DI-MGMT-81334/T (One/R); (2) A Kickoff Meeting shall be held at Wright-Patterson AFB within 30 days after contract award. Quarterly Technical Reviews will be alternated between the contractor's facility and Wright-Patterson AFB or the Defense Advanced Research Projects Agency (DARPA). Phase 2 Test Planning Working Group meetings will be held at either the contractor's facility, Wright-Patterson AFB or the host test unit's facility as required. The Final Review will 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: Multiple contracts may be awarded for Phase 1. Phase 2 will be structured as a priced contract option to Phase 1. At this time, it is anticipated that one Phase 2 option will be exercised. The Phase 2 assessment criteria for option selection are: 1) AT3 demonstration system architecture performance (predicted), tactical legacy, and costs projections, 2) performance results from the simulation and analysis, and the component demonstrations, 3) risk assessment and mitigation and 4) Phase 2 demonstration plans. The factors are considered to be of equal importance. (2) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical performance period for Phase 1 is estimated to be 14 months and 22 months for Phase 2. The contractor shall provide for an additional 4 months for processing and completion of the respective final reports. (3) EXPECTED AWARD DATE: September 1998. (4) GOVERNMENT ESTIMATE: The funding estimate for the total program is $22.7M (Phase 1: FY98-$5.2M, FY99-$8.8M; Phase 2: FY99-$0.6M, FY00-$4.7M, FY01-$1.8M, FY02-$1.6M). 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) Hardware and Software Deliverables: All hardware and software items developed and purchased on the AT3 program shall be delivered to the government upon completion of the program. These items will include the following: the AT3 sensor modules and AT3 Units, AT3 System Architecture Software and hardware and software development tools. (6) TYPE OF CONTRACT: Cost Plus Fixed Fee. (7) BASE SUPPORT/GOVERNMENT FURNISHED PROPERTY/EQUIPMENT: As a part of this effort, the government will provide Western Test Range access (Range and Time Space Position Instrumentation). However, recommendations at other government ranges will be considered. (8) SIZE STATUS: For the purposes of thissolicitation, the size standard is 500 employees (SIC 8731). (9) NOTICE TO FOREIGN-OWNED FIRMS: This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the DLSC, 74 Washington Avenue N., Battle Creek MI 40917-3084 (1-800-353-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation. (0154)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980605\A-0016.SOL)


A - Research and Development Index Page