|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1999 PSA#2312Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 A -- RESEARCH AND DEVELOPMENT BROAD AGENCY ANNOUNCEMENT FOR RADIO
FREQUENCY DEVICES AND ASYMMETRIC THREATS SOL N00178-99-Q-1021 DUE
053099 POC Janice S. Williams, Contract Specialist, Code SD118,
(540)653-7478, or Paul Learn, Contracting Officer WEB: NSWCDD Dahlgren
Laboratory Procurement Division Web, http://www.nswc.navy.mil/supply.
E-MAIL: Contract Specialist for N00178-98-Q-1021,
williamsjs@nswc.navy.mil. The Naval Surface Warfare Center, Dahlgren
Division (NSWCDD) on behalf of the Marine Corps Systems Command
(MARCORSYSCOM), Amphibious Warfare Technology Directorate, and
OSD/DOT&E/LFT&E, is soliciting under this Broad Agency Announcement
(BAA)research and development proposals for the development, test and
evaluation of advanced technologies/cutting edge radio frequency (RF)
devices and asymmetric threats. The goals of the program are to acquire
and explore new test data on modern and future military systems,
support infrastructure and systems under development which are
commercial off-the-shelf (COTS) technology and may have military
application. New RF energy systems will be explored to result in
advanced technology demonstrations and prototypes. Data will reflect
their vulnerability, susceptibility and survivability to degradation,
disruption, upset, and damage from RF devices. The offeror may purchase
or fabricate the RF devices and conduct the testing and evaluation of
the RF devices against the military systems and COTS technology. It is
expected that a series of devices will be fabricated that will elevate
the knowledge of RF device design by using past experience to improve
each new device. The Department of Defense (DoD) may provide some
weapon systems and COTS technology as Government Furnished Equipment
(GFE). The design of the High Power Electromagnetic Transit Device
(HPETD) should be based upon reasonable threat scenarios, well
understood physics and be fabricated using "open source" information
and commonly available hardware components. The RF devices should be
capable of providing wide band and ultra wide band transient signals.
HPETDs capable of providing narrow band high power microwave or nuclear
electromagnetic single pulses are not desired. Each RF device to be
utilized in testing should be fully characterized and documented in
regards to frequency, bandwidth, waveform, power, modulation, and rise
and fall times prior to conducting any testing to obtain vulnerability
and susceptibility on DoD weapon systems and associated
infrastructures. The offeror should discuss in their proposal the
preliminary specifications in regards to the rise times, pulse widths,
repetition rates, and power levels at specific ranges for the HPETDs.
Ideally, the testing should be conducted in the open air with no
restriction on frequencies or power levels. An analysis will be
conducted on each system identified for testing prior to the initiation
of the test cycle to determine what effects will most likely be
generated during the test and what hardware/software will experience
the effects (i.e., in live fire terminology, "pre-shot" predictions
will be made). The offeror will identify the metrics to be used during
the testing and the subsequent evaluations. Each system subjected to
a test will be fully analyzed to determine all effects generated by the
testing. A report will be produced to document any effects identified
and provide recommendations as to the consequences of these effects and
impacts to thesystem under test. Proposals will be accepted for 1)
testing of devices, 2) devices, or 3) testing and devices. Proposals
shall be submitted in original and three copies to the Contracting
Officer, Attn: SD11/Bldg 183/Room 102, Naval Surface Warfare Center,
Dahlgren Division, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100.
Proposals and all related correspondence should reference Broad Agency
Announcement Number N00178-99-Q-1021. If desired, multiple proposals
addressing different areas of research and development may be
submitted. Offerors are encouraged to submit a one to five page "white
paper" summarizing the proposed effort(s) and a rough order of
magnitude of cost to obtain a preliminary indication of potential USMC
and OSD interest. Offerors will be requested to submit in-depth
proposal(s) should USMC and OSD deem the "white paper" of scientific
and technical merit. The format for the in-depth proposal(s) should be
divided into three sections: (1) a technical section which includes a
clear statement of objectives, technical approach and methodology,
supporting technical information (including an indication of
proprietary aspects of the proposed effort), and a plan of action and
milestones, (2)a management section which includes a description of
relevant corporate expertise, experience, facilities and other relevant
resources, resumes of key program personnel, and (3) a cost section
which includes a breakdown of the proposed effort described in the
technical section. All options and assumptions shall be clearly
identified and defined. Award decisions will be based upon competitive
selection of proposals resulting in a peer and/or scientific review
and availability of funds. Proposals submitted in response to this
announcement will be evaluated using the following criteria: (1)
overall scientific and technical merits of the proposal, (2) potential
contributions of the proposed effort to the overall vulnerable
assessment capabilities and related experience and (3) the realism of
the proposed cost and availability of funds. This announcement shall be
open and proposals shall be submitted through 30 May 1999. Contract
awards may be made at anytime based upon availability of funds. White
papers received within the first 30 days will have the highest
probability of funding. The Government reserves the rights to award on
all, some, or none of the proposals received and to fund all or part
of the efforts presented in a proposal. Multiple awards are
anticipated. Offerors shall identify proposed contract type in their
white paper submissions. This notice constitutes a BAA for NSWCDD as
authorized by FAR 6.102(d)(2). Although no portion of this announcement
is set aside for HBCU and MI participation, proposals are invited from
all interested sources. This BAA should not be construed as commitment
or authorization to incur costs in anticipation of a contract award.
Information provided herein is subject to modification and does not
bind the Government to award a contract. Questions regarding this BAA
should be forwarded to SD11 Branch using Internet address
sd11@nswc.navy.mil, via facsimile at (540) 653-7088, or via telephone
at (540) 653-7478. Posted 03/25/99 (W-SN312505). (0084) Loren Data Corp. http://www.ld.com (SYN# 0003 19990329\A-0003.SOL)
A - Research and Development Index Page
|
|