|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1998 PSA#2120R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- ELECTRONIC PROTECTION AGAINST COHERENT JAMMERS SOL PRDA NO.
98-03-SNK POC Contact Dave Shellabarger, Contract Negotiator, (937)
255-5201 or Kenneth P. Smith, Contracting Officer, (937) 255-2902 WEB:
Click here to view the R&D Contracting Home Page,
http://www.wrs.afrl.af.mil/contract/. A -- INTRODUCTION: Air Force
Research Laboratory, R&D Contracting Office (AFRL/SNKR) is interested
in receiving proposals (technical and cost) on the research effort
described below. Proposals in response to this PRDA shall be received
by 1998 August 3, 1500 hours Eastern Daylight Savings Time, addressed
to Air Force Research Laboratory, Directorate of R&D Contracting
Office, Building 7, Area B, Attn: (Mr. Dave Shellabarger, AFRL/SNKR)
Wright-Patterson AFB OH 45433-7607. This is an unrestricted
solicitation. Small businesses are encouraged to propose on all or any
part of this solicitation. Proposals submitted shall be in accordance
with this announcement. Proposal submission after the cutoff date
specified herein shall be treated in accordance with restrictions of
FAR 52.215-1 (c)(3), Instructions to Offerors-Competitive Acquisition
(Oct 1997); 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 WL 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 Dave Shellabarger (AFRL/SNKR), Wright-Patterson
AFB, OH 45433-7607, telephone (937) 255-5201. The Guide is also
available on the internet, address:
http://www.wrs.afrl.af.mil/contract. B -- REQUIREMENTS: (1) Technical
Description: The purpose of this effort is to increase mission
effectiveness of front-line U.S. forces through advanced Electronic
Protection (EP) technologies, (sometimes called Electronic
Counter-Counter Measures (ECCM)), for aerospace radars. The Electronic
Combat (EC) threat environment is constantly evolving and providing
new challenges for current and projected space-based radar systems
including the technological advances in high-speed,low-cost digital
electronic Countermeasures (ECM). The specific objective of this effort
is to identify cost effective techniques and technology that could be
used for Air Force (AF) aerospace radar systems to enhance
effectiveness to counter existing and projected near-term coherent
jammers. This effort shall conduct a design investigation to identify
robust EP techniques to counter coherent jammers, especially Digital
Radio Frequency Memory (DRFM) systems and other modern coherent
jammers, including deceptive and non-deceptive jammers. At least one
current or future aerospace radar system will be selected as the
candidate radar system and a design investigation conducted to upgrade
the EP performance. Radar mission effectiveness shall be demonstrated
for each proposed EP technique/technology in scenarios of one radar
versus many threat jammers. No hardware development for integration
with any radar systems is anticipated, however, an option to include
limited hardware development to support ground/field testing would be
considered. Ground/field testing could be accomplished by utilizing a
current aerospace radar system as a surrogate for the space-based
radar. The scope is limited to development of preliminary designs and
evaluation using methods of mission effectiveness evaluations: e.g.
detailed analysis or high fidelity digital computer models,
hardware-in-the-loop laboratory simulation, or if feasible, preliminary
field test demonstration. No new radar models are to be developed,
although some existing radar models may need modification to be updated
for the latest radar or threat information. It is expected that
different solutions could be found for the different AF aerospace radar
systems. It is a goal to find robust solutions rather than specific
point solutions. The new EP capabilities gained from this program will
improve radar performance in hostile EC environments and significantly
enhance survivability of AF weapon systems and assets. (2) Deliverable
Items: The following deliverable data items shall be proposed: (a)
Status Report, DI-MGMT-80368/T, (b) Funds and Man-hour Expenditure
Report, DI-FNCL-80331/T monthly; (c) Project Planning Chart,
DI-MGMT-80507A/T monthly; (d) Contract Funds Status Report (CFSR),
DI-F-6004B/T, quarterly; (e) Presentation Material, DI-ADMN-81373/T, as
required; (f) Scientific and Technical Reports, Contractor's Billing
Voucher, DI-MISC-80711/T, monthly; and (g) Scientific and Technical
Reports Final Report, DI-MISC-80711/T, (Draft and Reproducible Final).
(3) Security Requirements: SECRET facility and storage clearance
requirements apply. TEMPEST requirements will not apply. The following
Security Classification Guides are applicable to this program: (a)
ELECTRONIC WARFARE SECURITY CLASSIFICATION GUIDE dated 31 Sep 1997, and
(b) RADAR TECHNOLOGY SECURITY CLASSIFICATION GUIDE dated 1 March 1996.
(4) International Traffic in Arms Regulations (ITAR) and public law
98-94 (control of unclassified technical data with military or space
applications: The data generated under the Contract will be subject to
ITAR and the Contractor is expected to generate data subject to ITAR.
Some of the technology is listed on the Military Critical List (MCL),
so the offeror is required to have access to technical data subject to
PL98-94. Therefore, the offeror must submit evidence of approved
Certification on a DD Form 2345, Military Critical Technical Data
Agreement prior to award. C -- ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort for
the Basic Period is estimated to be 38 months. The contractor shall
also provide for an additional 6 months for processing/completion of
the final report. If the option is exercised, an additional 30 months
will be added to the technical effort, making a total period of 68
months, plus 6 months for the final report. (2) Expected Award Date:
1998 December. (3) Government Estimate: The Government funding profile
for the Basic Period is estimated to be as follows: FY98 -- $4K, FY99
-- $390K, FY00 -- $471K, FY01 -- $500K. The Government funding profile
for the option (if exercised) is as follows: FY01 -- $500K, FY02 --
$500K, FY03 -- $500K. These funding profiles are total contract award
estimates only, and are not a promise for funding as all funding is
subject to change due to government discretion and availability. (4)
Type of contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any
grants awarded will be cost (no fee). (5) Government Furnished
Property: None contemplated. Information on US airborne and space-based
systems, foreign threat systems, and relevant computer models up to and
including the SECRET level will be made available after contract award.
No classified information will be required or made available for
proposal preparation. (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 should be aware that foreign
participation is excluded at the prime contractor level. Foreign
participation at the subcontractor level will be handled in accordance
with ITAR. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General
Instructions: Offerors should apply the restrictive notice prescribed
in the provision at FAR 52.215-1, Instructions to Offerors-Competitive
Acquisistions (Oct 1997), to trade secrets or privileged commercial
and financial information contained in their proposals. Proposal
questions should be directed to one of the points of contact listed
elsewhere herein. Offerors should consider instructions contained in
the WL PRDA and BAA Guide for Industry referenced in Section A of this
announcement. Technical and cost proposals, submitted in separate
volumes, are required and must be valid for 180 days. Proposals must
reference the above PRDA number. Proposals shall be submitted in an
original and five copies. All responsible sources may submit a proposal
which shall be considered against the criteria set forth herein.
Offerors are advised that only contracting officers are legally
authorized to contractually bind or otherwise commit the government.
(2) Cost Proposal: We anticipate adequate price competition. Therefore,
to perform a cost realism analysis, the submission of a cost proposal
in the format suggested below is required. A suggested format for
submission of cost information by calendar year will include labor
hours by labor category, labor rates, labor overhead, materials, travel
costs, subcontracts, G & A, Facilities Capital Cost of Money (if
proposed), fee, and total price. The cost information must be separated
into two (2) pieces: the Basic Period and the Option. Questions on the
suggested format may be directed to the contracting point of contact.
Contractors are urged to use this format (which may be tailored as
needed) in the submission of cost proposals. (3) Technical Proposal:
The technical proposal shall include a discussion of the nature and
scope of the research and the technical approach. Additional
information on prior work in this area, descriptions of available
equipment, data and facilities, and resumes of personnel who will be
participating in this effort should also be included as attachments to
the technical proposal and are not included in the page limit. The
technical proposal shall include a Statement of Work (SOW)(included in
the page limit) detailing the technical tasks proposed to be
accomplished under the proposed effort and suitable for contract
incorporation. Offerors should refer to the WL Guide referenced in
Section A to assist in SOW preparation. PL 98-94 applies. Offerors must
submit approved DD Form 2345, Export-Controlled DOD Technical Data
Agreement with their proposal. Any questions concerning the technical
proposal or SOW preparation shall be referred to the Technical Point of
Contact cited in this announcement. (4) Page Limitations: The technical
proposal shall be limited to 75 pages (12 pitch or larger type), double
spaced,single-sided, 8.5 by 11 inches. The page limitation includes all
information, except for those listed in D (3) above. Pages in excess of
this limitation will not be considered by the government. Cost
proposals have no limitations; however, offerors are requested to keep
cost proposals to 20 pages as a goal. (5) Preparation Cost: This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered an allowable direct charge to any resulting
contract or for any other contract. However, it may be an allowable
expense to the normal bid and proposal indirect cost as specified in
FAR 31.205-18. E -- BASIS FOR AWARD: The selection of one or more
sources for award will be based on an evaluation of an offeror's
response (both technical and cost aspects) to determine the overall
merit of the proposal in response to the announcement. The technical
aspect, which is ranked as the first order of priority, shall be
evaluatedbased on the following criteria which are of equal importance:
(a) new and creative solutions; (b) the offeror's understanding of the
scope of the technical effort; (c) soundness of offeror's technical
approach; (d) the availability of qualified technical personnel and
their experience with applicable technologies and the offeror's past
experience as well as the offeror's depth and current knowledge of
electronic protection (sometimes called "Electronic
Counter-Countermeasures") for the proposed candidate AF radar system
operating in air-to-ground modes; and (f) organization, clarity, and
thoroughness of the proposed SOW. Cost, which includes consideration of
proposed budget and funding profiles, is a substantial factor, but is
ranked as the second order of priority. No other evaluation criteria
will be used. The technical and cost information will be evaluated at
the same time. The Air Force reserves the right to select for award of
a contract, grant or cooperative agreement any, all, part, or none of
the proposals received. Award of a grant to universities or nonprofit
institutions or cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
F -- POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Eugene
J. Sikora, Wright-Patterson Air Force Base, OH 45433-6543, (937)
255-5579 ext 4255. (2) Lt Col James P. Bixler, Det 1 AFRL/PK, Bldg 7,
2530 C Street, Wright-Patterson AFB OH 45433-7607, has been appointed
as Ombudsman to hear concerns from offerors, or potential offerors,
during the proposal development. The purpose of the Ombudsman is to
communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. Existence of
an Ombudsman does not diminish the authority of the program director or
the contracting officer. Accordingly, the Ombudsman does not
partictipate in the preparation of solicitations, the evaluation of
proposals or the source selection process and, therefore, for routine
matters on individual solicitations, please contact, Dave Shellabarger,
AFRL/SNKR, Wright-Patterson Air Force Base, OH 45433-7607, (937)
255-5201. When requested the Ombudsman will maintain strict
confidentiality as to the source of the concern. Should you desire to
contact the Ombudsman, Lt Col Bixler can be reached at (937) 255-4813.
See Note 26.***** (0168) Loren Data Corp. http://www.ld.com (SYN# 0012 19980619\A-0012.SOL)
A - Research and Development Index Page
|
|