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