Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

A -- APPLICATIONS OF LIDAR FOR VEHICLES WITH ANALYSIS SOL F29601-98-R-0015 POC Teresa Martinez, Contract Specialist, (505)846-2240 WEB: Phillips Research Site Home Page, http://www.prs.plk.af.mil. E-MAIL: click here to contact the contract specialist, martinet@plk.af.mil. AMENDMENT of Sources Sought Synopsis issued 17 July 98 for "Applications of Lidar for Vehicles with Analysis" (ALVA), F29601-98-R-0015. POCs: Contracting issues: Ms. Teresa Martinez, Contract Specialist, Det 8 AFRL/PKDB, 2251 Maxwell Avenue SE, Bldg. 499, Room 126, Kirtland AFB, NM 87117-5773, AC 505/846-2240, telefax AC 505/846-1546, Email address: martinet@plk.af.mil; Technical issues (only faxed or emailed questions will be addressed) Dr. John Gonglewski, AFRL/DEBS, telefax AC 505/846-2045, Email address gonglewj@plk.af.mil. Information concerning this procurement will soon be available on the Contracting bulletin board on the Phillips Research Site's Home Page located at www.prs.plk.af.mil. The Air Force Research Laboratory (AFRL), Directed Energy Directorate, Kirtland AFB, NM is seeking sources for the "Applications of Lidar for Vehicles with Analysis" (ALVA) contract to provide design, fabrication, test, evaluation, deployment of Lidars, laser radars, laser metrology, and complementary passive sensor systems in airborne, spaceborne, or special test facilities. Included is support to USAF assets and test sites for prototyping and understanding the role of non-weapons class lasers, laser radars, laser sensing, remote sensing and measurement systems, and general imaging systems. Such assets include the Maui Space Surveillance Site (MSSS); USAF's Argus or Cobra Ball or similar aircraft; Wright-Patterson Air Force Base (WPAFB); and other DoD service facilities such as White Sands Missile Range (WSMR), and the Pacific Missile Range Facility (PMRF). Also included are the appropriate program planning and mission analysis for such systems. The goal of this effort is to establish a technology base for and initial field demonstrations of advanced sensor systems suitable for airborne, unmanned aerial vehicle (UAV's) and spaceborne missions and upgrade to MSSS imaging capabilities. Special interest will be shown to new ideas and technologies in laser components; to airborne platform approaches and capabilities toterrain imaging, target identification, remote sensing, and designation; to laser waveform approaches which show a capability to perform multiple tasks e.g., tracking and imaging by switching rapidly between waveforms, and receiver approaches which perform real-time processing of wide band (>500MHz) signals with a significant composition of COTS elements; to system volume and weight minimization; to transportability; to laser facilities use and logistics; to computer simulations, modeling and analysis of relevant USAF and DoD laser and laser radar missions. Work is expected to be conducted at various appropriate facilities including Kirtland AFB, the contractor's plant, and Wright-Patterson AFB. At least 20% of this effort involves support of the MSSS, Barking Sands, and other USAF facilities in Hawaii. In partial fulfillment of this requirement, the qualifying contractor will be required to obtain office and support facilities on both Maui and Kauai and have demonstrated successful operations in these unique environments. Work will provide technical analysis and engineering support for R&D activities in technology areas such as: (1) Compact device development, analysis, field demonstrations, and prototype deployment of CO2 and solid state lasers for airborne, spacecraft, and platforms for ground to space imaging applications; (2) Systems development and new concepts in laser radars for ranging, imaging, mapping, chemical detection, reconnaissance, surveillance, target designation, communications and ancillary military applications. This includes mission and technology analysis, laboratory experimentation and demonstration, and prototyping systems. Emphasis will be given to laser radar systems which provide multiple, real-time capabilities and can be shown to perform more than one function per mission, e.g., chemical detection and imaging. Imaging shall include the ability to perform coherent imaging and produce the equivalent of interferometric synthetic aperture radar (ISAR) type images with sub-meter and sub-meter/sec resolutions and the associated ability to perform simultaneous range and velocity measurements for precision tracking; (3) Airborne, Unmanned Aerial Vehicles (UAVs), and spaceborne lidar systems development, prototyping, and deployment for the missions described in technology area (2) above; (4) Ground to space imaging and high altitude, airborne simulating, field evaluations of system concepts, subsystem components and integrated breadboard systems at the Air Force HI-CLASS, MSSS, MHPCC, and RME facilities on Maui and the Barking Sands facility on Kauai.; and (5) Establishing a HI-CLASS real-time, high resolution tracking and imaging capability on the large aperture AEOS telescope in a monostatic configuration to serve as a state-of-the-art special R&D test facility. The contract type contemplated is a Cost Plus Fixed Fee (CPFF). The contractual effort is contemplated as a 48 month period of performance and will be priced on a Level-of-Effort (LOE) basis and is estimated at 18-25 FTE peryear usage. Anticipated contract value is $24.5M. The SIC code is 8711, size standard of $20 Million as defined in FAR 19.101. The Government does not intend to acquire a commercial item (see Numbered Note 26). This is a follow-on requirement involving several Army contracts, of which the current incumbent is Textron Systems Corporation. A significant amount of this requirement involves the modification, maintenance and/or operation of highly specialized equipment at the referenced sites, such as the HI-CLASS laser radar and Field Lidar Demonstration (FLD) breadboard oscillator, which are research prototypes. The Government has not maintained the design drawings; therefore, as far as we know, the current technology background required for the continued development of this equipment resides with the current contractor. All interested parties (both large and small businesses) are requested to submit a Statement of Capability (SOC) outlining their capability to perform this work by COB 26 August 1998. Small businesses having technology appropriate for subcontracting purposes should submit a SOC detailing their areas of expertise and interest. The source list will be made available for subcontracting opportunities. Based upon responses to this announcement, the Government may elect to set aside this acquisition for small businesses, qualifying 8(a) businesses, or historically black colleges, universities and minority institutions. Interested parties must be able to demonstrate their ability to manage a broad based support effort in the technology areas stated above and have, or be capable of obtaining, a SECRET Facility Clearance. If a subcontract(s) with a Federally Funded Research and Development Center (FFRDC) is anticipated, offerors are reminded of the limitations in their use (see FAR 35.017). The following criteria will be used in evaluating all responses to the synopsis: (1) Experience in and with the five technology areas described above in the past five years; (2) Availability of an adequate number of qualified personnel to support the effort; and; (3) Facilities: security clearances and storage facilities to support the work at the secret level. Prospective offerors should also include information regarding their ability to support the noted facilities and their previous relevant experience which is specific to the remote sites referenced. Include any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. The statements of capability will be limited to 15 pages in addition to resumes and pertinent samples of documentation (i.e. design, characterization, field testing and lab facility reports), the latter not to exceed 10 pages. An original statement of capability and two (2) copies should be sent to Ms. Teresa Martinez, Contract Specialist. Interested parties may request a copy of the RFP in writing, telefax, or email to Ms. Teresa Martinez, Contract Specialist. All requests must include company name, mailing address, and company size. Foreign firms are advised they will NOT be allowed to participate as the prime contractor. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, USC, App. 40-1, et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI, 49016-3412 (1-800-352-3572) as soon as possible 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 of "significant concern" and should be communicated directly to the Contracting Officer, Barbara Steinbock, (505) 846-2246. 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 does not participate in the evaluation of the proposals or in the source selection process. The Ombudsman for this acquisition is Mr. Eugene DeWall, Deputy Director of Contracting, Det 8 AFRL/PK-D, (505) 846-4979, 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. CITE: (W-146 SN204178) Posted 08/11/98 (W-SN235678). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0005 19980813\A-0005.SOL)


A - Research and Development Index Page