Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660

A -- ADVANCED MULTIFUNCTIONAL RF SYSTEMS COMPONENTS DEVELOPMENT SOL BAA 98-022 DUE 101698 POC Max Yoder at yoderm@onr.navy.mil & Lambert McCullough, ONR 251, (703) 696-2601or mcculll@onr.navy.mil BAA 98-022 The Office of Naval Research is interested in receiving white papers for the development of electronic components compatible with future generation multifunctional electromagnetic systems envisioned by the Navy. Componentry must be compatible in cross section for incorporation into 2-D electromagnetic arrays for one of two bands: 1-5 GHz or 4-20 GHz. White papers are requested for the following task areas: 1. Isolators: Operational over a 1 -- 5 GHz band and a 4 -- 20 GHz band. An insertion loss of no more than 0.5 dB is desired. Inter-modulation products between any two simultaneously present signals must be at least 28 dB below either fundamental signal. A very high return loss greater than 20 dB over each band is highly desirable. Innovative approaches are encouraged. Peak power handling requirements must exceed 1.5 kW in the low band and 250 Watts in the high band. 2. Power Amplifiers: The highest CW power achievable within the spatial constraints of the system is sought. Instantaneous (non-tuned) bandwidths of 500 MHz in the 1-5 GHz amplifier and exceeding 2 GHz in the 4-20 GHz amplifier are sought. Power added efficiencies of 50% or greater are sought. Even order harmonic output shall be at least 40 dB below fundamental signal output at rated power. All other linearity shall be characterized such that cross modulation, inter-modulation, and odd order harmonic content shall be at least 30 dB (40 dB goal) below that of two equal signals spaced 100 MHz apart and at rated power. Bandwidth, linearity, power, and efficiency specifications are simultaneous. Requirements for residual phase noise should be: (Low band) -120 dBc/Hz @ 100 Hz, -140 dBc/Hz @ 1kHz, -145 dBc/Hz noise floor; (High Band) -120 dBc/Hz @ 1 kHz, -140 dBc/Hz@10kHz, -145 dBc/Hz noise floor. Because of the nature of the application of this power amplifier, it requires a 5 dB or lower noise figure in the low band and a 7 dB or lower noise figure in the high band. The gain of the final output stage of the amplifier must exceed 6 dB. 3. Direct Digital Synthesizers: Direct digital synthesizers (DDS) are required. Their noise floor must be compatible for use as drivers of the amplifiers noted in paragraph 2 above. Integral phase and frequency modulators are required and shall be compatible with the instantaneous bandwidths and overall operational bandwidths noted in paragraph 2 above. 4. Digitally controlled incremental time delay beam steering techniques: Operational bandwidths shall be 1-5 GHz and 4-20 GHz. Incremental delay capability required is from zero to 7.5 nanoseconds with incremental delay steps no larger than 2.0 picoseconds for the low band and from zero to 1.5 nanoseconds with incremental delay steps no larger than 0.25 picoseconds for the high band. If the delay is applied in analog format (as contrasted with purely digital techniques), a spur-free dynamic range of 65 dB is required for the transmitter and 100 dB is required for the receiver. This task may be integrated into the task of paragraph 3 above as oneconfiguration. 5. Analog to Digital Converters: Capability is sought wherein the resolution and bandwidth can be dynamically programmed between 15 bits with 10 MHz signal bandwidth and 9 bits with 1 GHz bandwidth. In addition, the 500 MHz unit must possess a spur-free-dynamic-range (SPDR) of > 110 dB and the 1 GHz unit must possess a SFDR of > 70 dB. The SFDR requirement override the resolution requirement noted above and may (depending on architecture) increase the resolution requirements accordingly. 6. Tunable Filters: Low loss (<0.5dB), quickly tunable (4 GHz/microsecond) -- preferably of MMIC design and covering the 1- 5 GHz and 4-20 GHz bands. 7. Low Noise Amplifiers (LNA): Untuned LNA MMIC components are sought for the 4- 20 GHz band. Innovative circuits (e.g., current mirrors, f t doublers) are sought. The noise figure shall not exceed 1 dB. The gain should be 20 dB. The Third Order Intercept (TOI) should be > 32 dBm. . 8. Small Task: Receiver Beamforming Analysis: Assuming truetime delay steered beams using A/D converters to the maximum extent possible and with the specifications of paragraphs 4 and 5 above determine the maximum number of beams that can be received simultaneously as a function of instantaneous bandwidth while assuming that each beam has a different direction, center frequency, and directivity. 9. Other: Other innovative concepts that are clearly related to the pursuit of advanced multifunctional RF systems, but excluding antenna elements, signal processing, and resource allocation will be entertained. White papers are initially sought to preclude unwarranted effort on the part of an offeror in preparing a full proposal. White papers are due within 60 days of this announcement. Offerors submitting the most promising white papers will be invited to submit a full technical and cost proposal on all or part of their white paper submission. However, any such invitation does not assure a subsequent award. A separate white paper should be submitted for any or all of the above-described tasks and include the following items: (A) Cover page (in addition to the six page limit), clearly labeled "WHITE PAPER", including this BAA title and date, proposal title, administrative and technical points of contact (e.g., voice, FAX, & e-mail) (B) White papers shall consist of three primary sections: Technical, Managerial, and Cost. The technical section shall provide a clear concise description of (1) the objective of the proposal, (2) the technologies being proposed, (3) main technical issues to be resolved, (4) proposed approaches to solving these issues, (4) comparison with the current state-of-the-art, and (5) prior experience. The management section shall include key personnel. The cost section shall include a one page cost breakdown of the effort being proposed. If an offeror is requested to submit a full technical and cost proposal then the management portion for the full technical and cost proposal shall detail experience, facilities, a plan of action with milestones and ainclude complete curriculum vitae for the principal technical investigator, project manager, and other key personnel. (C) White papers will be evaluated using the following criteria which are listed in descending order of importance: A. overall scientific, technical and/or socioeconomic merit; B. a clear understanding of the system requirements for which the developments will eventually be inserted (e.g., NOT a conventional T/R module application).; C. the qualifications, capabilities and experience of the proposed Principal Technical Investigator, Project Manager, and other key personnel critical in achieving the proposed objectives; D. potential for manufacturability and transition to the fleet; and E. realism of budgetary cost and cost sharing Offerors must state in their white paper that it is submitted in response to this BAA. Four hard copies of each white paper must be provided. White papers and full proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.413, applicable law, and DoD/DoN regulations. Costs for white papers where a Government lab is included as part of a team should be predicated on separate awards to the Government lab and the team partners. Government agencies will not be in direct competition with industry. This BAA provides no funding for white paper development purposes. It is expected that the Navy will award several contracts, grants, cooperative agreements, or other transactions in any or all of the nine task areas described above; the number of selections depending, in part on the cost of individual proposed efforts and available funding. The nominal government contributed amount to any one task is envisioned as $500,000 per year not to exceed $1.5 million in three years. Total funding available for the awards resulting from this BAA is anticipated to average $3.5M per year over a three year period. The Government reserves the right to select for award all, some, or none of the submissions. Proposals relating to T/R modules will be automatically disqualified. Unsuccessful offerors of white papers will be acknowledged. White papers will not be returned after evaluation. This CBD notice itself constitutes the BAA as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, neither additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be discarded. For awards made as contracts, evaluation of the socioeconomic merits will include the extent of commitment in providing meaningful subcontracting opportunities for small business, small disadvantaged businesses, woman-owned small business concerns, and historically black colleges and universities (HBCU) and minority institutions (MI). Ultimately, proposals which are selected for award that exceed $500,000 submitted by all but small business, will required a Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan in accordance with FAR 52.219-9. The Standard Industrial Classification Code is 8731 with a small business standard not to exceed 500 employees. No portion of this BAA has been set aside for HBCU and MI participants, though their participation is encouraged. White papers should be submitted by the due dates cited in the BAA to: Office of Naval Research, Ballston Tower One, Attn: ACI, ONR 312, 800 North Quincy Street, Arlington, VA 22217-5660. Technical questions should be addressed to Max Yoder at yoderm@onr.navy.mil. Business questions regarding this BAA should be directed to: Office of Naval Research, Ballston Tower One, Attn: Lambert McCullough, ONR 251, 800 North Quincy Street, Arlington, VA 22217-5660, (703) 696-2601 or mcculll@onr.navy.mil. Posted 08/14/98 (W-SN237057). (0226)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980818\A-0006.SOL)


A - Research and Development Index Page