Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117

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

A -- ELECTRONIC WARFARE REQUIREMENTS AND ASSESSMENTS PROGRAM PART 1 OF 2 SOL PRDA No. 98-05-SNK POC Contact Kimberly K. Atkinson, Contract Negotiator, (937) 255-5252 or Phillip W. Marcum, Contracting Officer (937) 255-5252 WEB: Click here to view the supplemental package, http://www.wrs.afrl.af.mil/contract/opptnty.htm. E-MAIL: Click here to contact the Contract Negotiator, atkinskk@sensors.wpafb.af.mil. INTRODUCTION: Air Force Research Laboratory (AFRL/SNKD) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA must be received by 30 Jul 98, 1500 hours Eastern Time, addressed to Air Force Research Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Ms. Kimberly K. Atkinson, AFRL/SNKD, 2530 C Street, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with the 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 PRDA amendments that may permit subsequent submission of proposal dates. Offerors should request a copy of the AFRL Guide entitled "PRDA and BAA Guide for Industry" dated November 1992. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact stated herein. The guide is also available on the internet at http://www.wrs.afrl.af.mil/contract. Potential offerors are notified that effective 01 Jun 1998, in order to be eligible to receive any DoD award, you must be registered in the Central Contractor Registration (CCR) Database. On-line registration instructions can be accessed from the Wright Research Site Contracting Office home page at http://www.wrs.afrl.af.mil/contract or the DISA CCR home page at http://ccr.edi.disa.mil/. B -- REQUIREMENTS: (1) BACKGROUND: The increasing complexity and sophistication of enemy threat systems, coupled with an uncertain and rapidly changing threat environment, place serious demands upon the capabilities of USAF air and space systems. In spite of recent reductions in budget and force structure, the requirement remains to ensure a high level of mission completion and high survivability of USAF platforms, while simultaneously fighting on two fronts. Joint warfighting objectives will be achieved, in part, with key information system capabilities: dominant battlespace knowledge from seamless command, control, communications, computers, and intelligence (C4ISR); precision force to destroy selective targets, combat identification of friend or foe; electronic warfare to deceive, disrupt, or destroy an opponent's surveillance and command and control systems; and information warfare to affect an adversary's information and information systems. The Electronic Warfare Requirements and Assessments Program (RAP) will provide qualitative and quantitative assessment of integrated information and sensors technology, and Information Warfare (IW) concepts and systems, and penetration aid concepts, equipment, and tactics. The RAP effort will conduct research to determine current and future information and sensors requirements for USAF air and space systems, and to assess the capability of advanced information and sensors concepts and systems to enhance weapon system performance in network-centric warfare. Digital models, databases, field and flight test correlation data, and intelligence data shall be the primary evaluation tools. (2) TECHNICAL REQUIREMENTS: The Air Force Research Laboratory (AFRL) Information Directorate intends to award an Indefinite Delivery/Indefinite Quantity (ID/IQ), Delivery Order Contract with cost share or cost plus fixed fee (CPFF) delivery orders to address these issues. For convenience, the effort can be subdivided into eight technology areas. A description of each technology area is presented below. (a) Database Development, Model Development, and Configuration Control: The contractor shall maintain and upgrade the Electronic Concepts Simulation Research Laboratory (ECSRL) Integrated Model Hierarchy and supporting databases as required to support information and sensors modeling and simulation needs. The Integrated Model Hierarchy shall be used on all studies and evaluations conducted under this contract. Model upgrades shall include further refinement and verification of existing models, development of new models for the model hierarchy, and model modifications to reflect the constantly changing threat environment. All upgrades shall be proposed in accordance with ECSRL configuration control procedures. All models shall be maintained in an operational state so that responsive studies can be conducted. An extensive database system shall be maintained so that rapid and credible inputs can be made to digital models. This database system shall include appropriate formatting, retrieval and updating mechanisms, graphics routines, and data reduction packages. All databases shall be updated with the latest intelligence. The contractor shall develop an effective configuration management procedure for maintaining all digital models, databases, documentation, and training materials. The configuration control procedure shall allow for distribution of models, tracking of site reports, model modifications and upgrades generated by government agencies and other Air Force contractors. The contractor shall serve as a focal point for distribution of these materials to other DoD agencies and contractors as required. (b) Information Operations and Command, Control, and Communications Countermeasures: The complexity of modern air defense systems creates high payoff opportunities for utilization of countermeasures against critical nodes and communication links. C3CM, in conjunction with other assets and tactics, can significantly degrade threat weapon systems. The contractor shall investigate the use of countermeasures against enemy air and space Command, Control, and Communications networks. The contractor shall consider reduced observables, multi-spectral terminal weapon countermeasures, terrain following/terrain avoidance, threat avoidance, and situational awareness. C3CM techniques shall be investigated as part of an overall integratedavionics system as part of network-centric warfare. (c) Mission Effectiveness Evaluation: The contractor shall conduct research to evaluate the contribution of IW, C4I, air and space techniques and systems to overall mission success and survivability of friendly assets. The contractor shall analyze requirements, define and develop the measures of effectiveness (MOEs) for the study, evaluate the effectiveness of potentially high payoff EC suites, estimate the development and life cycle costs of the proposed hardware, and perform cost-effectiveness analyses in order to maximize survivability and mission success. (d) Multi-Spectral Sensors and Countermeasures Effectiveness: The contractor shall assess the effectiveness of sensors and countermeasures in Radio Frequency (RF), Infrared (IR), and Electro-Optic (EO) domains against a range of current and postulated threat systems. Candidate countermeasure technologies shall include, but are not limited to, IR Decoys, IR Chaff, IR Flares, Support Jamming, Towed Decoys, and Advanced Strategic and Tactical Expendables (ASTE). Both active and passive countermeasures shall be considered and the simultaneous use of multi-spectral countermeasures shall be addressed. The methodology shall consider terrain and weather effects and the impact of multi-use and integrated sensor systems as well as power management and receiver/warning systems. The methodology shall also consider the effect of advanced signature suppression concepts. The effectiveness results obtained from this technology area shall be fully documented for use in subsequent mission effectiveness studies. (e) Integrated System Evaluation: The contractor shall analyze IR/EO threat systems and combined radar and IR/EO threat systems to define their capabilities and assess their vulnerabilities. Integrated countermeasure suites and new integrated countermeasure techniques to exploit system vulnerabilities shall be proposed and evaluated. The contractor shall also analyze the effectiveness and countermeasure vulnerabilityof the avionics systems to be used for communication, IFF, and ECCM by both friendly and enemy systems. (f) Flight and Field Test Research: The contractor shall conduct research to facilitate Air Force flight test programs including test planning, observation of testing, assessment of test results, and cataloging of test data. A flight test engineer shall be provided at Eglin AFB or other test center as required to accomplish AFRL flight or field test objectives. The contractor shall use the data collected during the tests to verify the accuracy of the digital models, databases, and simulations utilized in this program. (g) Technology Assessment and Analysis: The contractor shall develop an affordability and cost modeling methodology for AFRL technologies. In all cases, the contractor shall include digital models, databases, test cases, training materials, and supporting documentation. The contractor's research shall consider general trends in IW, C4I, and related air and space technologies. The contractor shall also conduct detailed research to look at individual technology as directed. The contractor shall consider the effect of declining budgets, smaller operational forces, and rapidly changing threat systems. The contractor shall indicate high payoff items and threat driver items for exploratory and advanced development of AFRL technologies. The contractor shall provide detailed background information, input, technology assessment criteria, and output. (h) Information Warfare Special Projects: The need may arise for special research projects that do not fall explicitly into one of the technology areas defined above. This situation could arise as the result of a technological breakthrough, to support a highly classified program, or because of an actual military conflict requiring immediate analysis. The contractor shall propose a flexible analysis methodology that can account for these contingencies. (3) SAMPLE DELIVERY ORDERS: Four sample Delivery Orders will be provided. The offerors are required to preparecost and technical proposals for each sample Delivery Order. The Statement of Objectives for these sample Delivery Orders are contained in a supplemental package. Interested offerors can obtain the package from http://www.wrs.afrl.af.mil/contracts (4) DELIVERABLE ITEMS: The following deliverable items shall be required on an as needed basis for each individual delivery order. Software, hardware and the following Data Items: (a) Project Planning Chart, DI-MGMT-80507A/T, monthly; (b) Status Report, DI-MGMT-80368/T, monthly; (c) Presentation Material, DI-ADMN-81373/T, as required; (d) Scientific and Technical Reports, DI-MISC-80711/T, final report, One/R ; (e) Scientific and Technical Reports, DI-MISC-80711/T, interim report, ASREQ; (f) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly; (g) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly; (h) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly; (i) Software Requirements Specification (SRS), DI-IPSC-81433/T, as required; (j) Interface Requirements Specification (IRS), DI-IPSC-81434/T, as required; (k) System/Subsystem Design Description (SSDD), DI-IPSC-81432/T, as required; (l) Software Design Description (SDD), DI-IPSC-8145/T, as required; (m) Interface Design Description (IDD), DI-IPSC-81436/T, as required; (n) Software Version Description (SVD), DI-IPSC-81442/T, as required; (o) Software User Manual (SUM), DI-IPSC-81443/T, as required; (p) Computer Programming Manual (CPM), DI-IPSC-81447/T, as required; (q) Software Product Specification (SPS), DI-IPSC-81441/T, as required; (r) Software Test Plan (STP), DI-IPSC-81438/T, as required; (s) Software Test Report (STR), DI-IPSC-81440/T, as required. (5) SECURITY REQUIREMENTS: It is expected that work performed under this contract will be classified up to the TOP SECRET level. The contractor must possess the personnel and facilities to support this level of classification. (6) OTHER SPECIAL REQUIREMENTS: ITAR requirements apply to this effort. PL 98-94 applies. Offerors must submit DD Form 2345, Export-Controlled DoD Technical Data Agreement with their proposal. C-ADDITIONAL INFORMATION: (1) ANTICIPATED PERIOD OF PERFORMANCE: The total length of the technical effort is estimated to be 60 months. The contractor(s) shall also provide for an additional 3 months for processing/completion of the final report. (2) EXPECTED AWARD DATE: The expected award date is 04 Sept 1998. (3) GOVERNMENT ESTIMATE: The government funding profile for the overall program is estimated to be as follows: FY98 -- $1.9M, FY99 -- $4.8M, FY00 -- $4.4M, FY01 -- $4.4M, FY02 -- $4.0M, FY03 -- $4.0. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to government discretion and availability. (4) TYPE OF CONTRACT: Indefinite Delivery/Indefinite Quantity, Cost Sharing or Cost Plus Fixed Fee, Delivery Order. The anticipated contract ceiling amount is $23.5M. The minimum order amount is anticipated to be the first incremental funding amount of $75K and the maximum order amount is anticipated to be the total ceiling amount of $23.5M. Any grants awarded will be cost (no fee). (5) GOVERNMENT FURNISHED PROPERTY: The government will furnish the required digital models, modeling systems, and associated documentation. In addition, the government will supply on-base work space for up to four contractor personnel. (6) SIZE STATUS: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) NOTICE TO FOREIGN-OWNED FIRMS: Such firms are asked to immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors are not permitted to participate in this procurement as prime contractors. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980616\A-0006.SOL)


A - Research and Development Index Page