|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1998 PSA#2205Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg.
A33, Room 0061, San Diego, CA 92152-5112 A -- ADVANCED ANTENNA SYSTEM ARCHITECURES AND TECHNOLOGIES SOL
N66001-99-X-6901 DUE 101999 POC Contract Specialist, Ms. M. Battern,
Code D212, Contracting Officer, Ms. L. Joye Socha, (619) 553-7515 Broad
Agency Announcement (BAA). The Space and Naval Warfare Systems Center
(SSC), Electromagnetics and Advanced Technology Division, is conducting
research and development efforts for advanced antenna system
architectures and technologies for current and future Naval surface
combatants. Many current shipboard antennas, particularly those
required for satellite coverage and airplane data links, are highly
directional and require precise steering with heavy, complex pedestals.
The negative result is that these antennas are maintenance intensive,
add weight aloft compromising ship stability, and add large radar
reflecting surfaces. These large reflecting surfaces will dominate the
Radar Cross Section (RCS) of future low signature, surface combatants.
The objective of this BAA is to identify phased array antenna
capabilities for demonstrating shipboard satellite communications
(SATCOM) and Common Data Link (CDL) operations. Emphasis is on
demonstrating the capability of SATCOM and CDL antenna apertures (e.g.,
in the S-Band, X-Band, Ku-Band and Ka-Band and above frequency bands).
At X-Band, the interest is in demonstrating SHF SATCOM capabilities
from 7.25 to 8.4 GHz and Common Data Link capabilities from 9.7 to 10.5
GHz. Interoperability with a variety of satellites at S-Band (2.2 to
2.3 GHz) is desired. At Ku-Band, demonstrations with Common Data Link
(14.4 to 15.35 GHz) and commercial SATCOM (10.95 to 14.5 GHz) are
desired. At Ka-Band and above, demonstrations with GBS (20 GHz), EHF
SATCOM (20 GHz, 44 GHz) and commercial SATCOM (17.7 -- 20 GHz, 27.5 --
30 GHz) are desired. Although desirable, it is not necessary that the
same array aperture provide multiple capabilities. The antenna system
must employ phased array antenna apertures, either full arrays or
subarrays that can be fielded in a shipboard demonstration within
technology and cost considerations. Affordability is recognized as a
principal area of risk. Affordability includes unit cost of the antenna
system, installation costs and life cycle costs over a thirty-year
period. The apertures must be suitable for completing demonstrations of
the array capabilities, and of being scaled-up to meet existing
satellite communication signal, gain, and sensitivity requirements in
a planar architecture while achieving seamless array-face to array-face
hand-off during satellite communications. GFE and shipboard resources
required for demonstration must be identified. Low RCS is desired. As
a minimum, the demonstration arrays must have a development plan for
implementing low RCS. A complete engineering model development (EMD)
plan will also be required with projected production unit, installation
and life cycle costs over a thirty-year period. A goal of this effort
is to leverage to the greatest extent possible commercial, related
Department of Defense, or any other efforts in order to minimize both
time, cost and risk to achieving the successful shipboard demonstration
of SATCOM and CDL operation using antenna phased arrays. The following
describes the Navy's concept for the configuration of the SATCOM and
CDL Phased Array Demonstrations. The apertures will be mounted to a
test structure to be placed on the ship. The shipboard environment must
be endured by the apertures and test equipment for the duration of the
installation aboard, but benign conditions (reduced emissions and calm
weather) are anticipated during the actual demonstrations. It is
anticipated that the test ship will be the USS Coronado, operating from
San Diego. It is recommended that the demonstration be as
self-contained as possible. The government will supply SeaLand vans.
The contractor will plan to install the antenna systems within the van
with arrays mounted on the van. The installation will take place in
San Diego at SPAWAR Systems Center. Specific requirements for
government and/or shipboard capabilities must be identified. These
requirements could include cooling, power and/or location information.
It is anticipated that the contractor will supply the radio suite
required for demonstration. It is necessary that the contractor assure
interface compatibility between their antenna systems and the
government and/or shipboard capabilities prior to installation aboard
ship. The proposal must address the approach to this assurance. The
antenna apertures will consist of two-dimensional phased arrays that
are electronically steerable. Because of cost considerations, multiple
apertures with handoff to provide full hemispherical coverage are not
anticipated for the demonstration. However, maximum coverage of the
upper hemisphere, in order to minimize the restrictions on ship motion
and orientation, is desirable. The X-, Ku-Band and Ka-Band
demonstrations will both involve receive and transmit operations, but
the individual apertures do not need to be capable of full-duplex
operation. A separate aperture may be used to demonstrate each of the
CDL and SATCOM capabilities, described above. However, multiple
function apertures are desirable (i.e., more than one capability per
aperture). The contractor shalladdress the capability of the design to
scale to more than one beam/function. It is anticipated that more than
one contractor array will be implemented in an individual SeaLand van.
Therefore, it is desirable to demonstrate all apertures within a
minimum physical area. Coordination with the ship and among all
suppliers of apertures is required. Low RCS is desired. As a minimum,
the demonstration arrays must have a development plan for implementing
low RCS. A complete engineering model development (EMD) plan will be
required with projected production unit, installation and life cycle
costs over a thirty-year period. Within the EMD plan the Contractor
will consider the shipboard EMI environment and define the cost and
complexity of required EMI mitigation hardware. This plan may be
submitted after the demonstration. The contract should be awarded by 1
April 1999. A demonstration is planned for August 1999 aboard the USS
Coronado. Ship installation dates for this demonstration has been
tentatively planned for 1-7 May 1999 and/or 1-17 June 1999. A second
demonstration aboard the USS Coronado is planned for November 1999.
September and/or October 1999 installation dates have not yet been
scheduled to meet the November 1999 demonstration. It is anticipated
that systems installed in time for the August demonstration will also
be operated during the November demonstration. All equipment will be
removed after the November demonstration, possibly in the second
quarter of FY99. In order to ensure timely and affordable demonstration
a variety of purchase and lease options for the antenna systems will be
considered. This BAA requests submittals to provide the following
capabilities: SHF SATCOM Aperture. One or more phased array apertures
will be provided, suitable for operation with the governments SHF
SATCOM system, the Defense Satellite Communications System (DSCS).
Receive and transmit operations will be provided, not necessarily
simultaneously, at the proper frequencies, polarizations and signal
levels to provide a demonstration level data rate link through the
satellite. Alternate links, such as via a pseudo-satellite, may be
proposed. The bidder should consider data rate performance versus cost
in the submittal. X-Band Common Data Link Aperture. One or more phased
array apertures will be provided, suitable for operation with the
Common Data Link system. Receive and transmit operations will be
provided, not necessarily simultaneously. The frequencies will be 9.7
to 10.5 GHz, polarization right hand circular and signal levels
adequate to provide a demonstration level data rate link from an
aircraft or UAV. S-Band SATCOM Data Link Aperture. One phased array
aperture will be provided, suitable for operation with a variety of
S-band SATCOM systems. Receive operation will be provided in the 2.2 to
2.3 GHz frequency band, with right hand circular polarization, and with
G/T levels appropriate to provide a demonstration level data rate link
through the satellite. The bidder should consider data rate
performance versus cost in the submittal. Ku-Band Common Data Link
Aperture. One or more phased array apertures will be provided, suitable
for operation with the Common Data Link system. Receive and transmit
operations will be provided, not necessarily simultaneously. The
frequencies will be 14.4 to 15.35 GHz, polarization right hand circular
and signal levels adequate to provide a demonstration level data rate
link from an aircraft, UAV or simulated platform. A commercial SATCOM
(10.95 to 14.5 GHz) capability is also desired, but is secondary to the
CDL operation and should be proposed as an option. Ka-Band and above.
At Ka-Band and above, demonstrations with GBS (20 GHz), EHF SATCOM (20
GHz, 44 GHz) and commercial SATCOM (17.7 -- 20 GHz, 27.5 -- 30 GHz)
are desired. Receive and transmit operations will be provided, not
necessarily simultaneously. Respondents having knowledge of these
technologies and their applications to Naval shipboard SATCOM antenna
design and development are encouraged to originate and submit their
ideas for evaluation and potential funding. Offerors are invited to
submit full proposals within 30 days for consideration. Proposals must
be submitted in two separate volumes, a technical volume and a cost
volume. The technical volume is limited to 35 pages (eight and one-half
by eleven inches, double-spaced, one-inch margins on all sides,
12-point font). The technical volume should include the technical
approach and rationale of the proposed effort, schedule and milestones,
proposed metrics for gauging technical advances, potential risks, a
statement of work (actual tasks that will be performed), description of
anticipated results, brief, pertinent resumes of the principal
investigator and key personnel, similar work experiences in the
proposed area, and a description of the facilities. The technical
volume should also list deliverables (monthly progress reports, meeting
minutes, review presentation slides, plans, reports, etc.), and the
offeror should anticipate hosting a kickoff meeting, milestone reviews,
and a final review. Proposals may address one or more technical areas,
but completeness will be considered due to the interrelationship of
the technical areas. Offerors may submit more than one proposal. This
BAA will remain open for one year from the date of publication.
Proposals will be accepted up to one year after BAA publication.
However, initial evaluation of proposals will be based upon those
proposals received within the first thirty days after BAA publication.
Initial awards are anticipated for April 1999. Proposals will be
referred to a review panel for the evaluation process. Proposals may be
evaluated and selected as received or may be grouped for review and
evaluation. However, proposals will not be evaluated against other
proposals. SSC reserves the right to conduct discussions or request
revised proposals. SSC also reserves the right to select parts of
proposals or selected tasks contained in proposals for award and to
conduct discussions to facilitate such awards. Proposals should be
submitted at the unclassified level. If absolutely necessary material
up to the secret level may be submitted in a separate attachment.
Contract award will be based upon technical merit as indicated in the
evaluation criteria, and funding availability. The Government reserves
the right to select for award, all, some, or none of the proposals
received in response to this announcement. The Government may also
select specific tasks within a proposal for award. The Government
further reserves the right to issue contracts, grants, cooperative
agreements or other transactions. Technical proposals will be evaluated
based upon the following: In descending order of importance, 1)
Relevance and effectiveness with which the proposed technology and
application meets the objective of this shipboard SATCOM and CDL array
demonstration effort; 2) Scientific and technical merit of proposal,
as it relates to the Navy requirements for surface combatant topside
design and development; 3) Potential risk of the proposal to meet the
final objectives; 4) Experience and knowledge of the principal
investigator and key personnel; 5) Offeror's capabilities, past
experience, and facilities, and 6) Realism, completeness, and
reasonableness of the proposed cost including estimated costs for
demonstration models; 7) Past performance; 8) The extent to which
offerors identify and commit to small business and to small
disadvantaged business (this applies to contract awards only with large
business only). There is no page limit on the cost volume. The cost
volume should clearly show the costs of each proposed task separately,
and provide a Standard form 1411, Contract Pricing Proposal Cover
Sheet, supported by adequate breakout of cost elements and rates. Cost
proposals should be valid for a period of six months after the date of
submission. A total of approximately $4M is presently available to
support proposed demonstrations. Demonstrations integrating technical
areas are encouraged. The total effort will depend on funds available.
The Government desires unlimited rights with regard to data and
computer algorithms delivered under this procurement. Proprietary
concepts and information should be clearly identified up front and
marked in the proposal. An original plus 4 copies of the technical
volume, plus 3 copies of the cost volume should be submitted to: Space
and Naval Warfare Systems Center, Attn: Maureen Battern D212, 53560
Hull Street, San Diego, CA 92152-5001, Any further questions may be
addressed to: Space and Naval Warfare Systems Center, Attn: Dr. J. W.
Rockway, Code D8505, R. W. Major, Code D8505, San Diego, CA 92152-5000.
This notice constitutes a BAA as contemplated in FAR 35.016. No
additional written information is available, nor will a formal request
for proposal (RFP) or other solicitation regarding this announcement
be issued. Interested parties are invited to respond to this synopsis.
All responsible parties' responses will be considered. Posted 10/19/98
(W-SN263375). (0292) Loren Data Corp. http://www.ld.com (SYN# 0002 19981021\A-0002.SOL)
A - Research and Development Index Page
|
|