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