Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1999 PSA#2312

Dahlgren 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