|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415Department of the Air Force, Air Force Materiel Command, AFRL -- Rome
Research Site, AFRL/Information Directorate, 26 Electronic Parkway,
Rome, NY, 13441-4514 A -- FOLIAGE PENETRATION (FOPEN) RADAR AND ELECTRONIC SUPPORT MEASURES
(ESM) SENSOR INTEGRATION FOR TARGET ENGAGEMENT (FORESITE) SOL
Reference-Number-BAA-99-08-IFKPA POC Joetta Bernhard, Contracting
Officer, Phone (315) 330-2308, Fax (315) 330-7790, Email
bernhard@rl.af.mil WEB: Visit this URL for the latest information about
this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num
ber-BAA-99-08-IFKPA&LocID=1142. E-MAIL: Joetta Bernhard,
bernhard@rl.af.mil. CONTACT: AFRL Program Manager, Paul Gilgallon,
email, gilgallonp@rl.af.mil; 315-330-4409; Contracting Officer, Joetta
A. Bernhard, 315-330-2308, email, bernhard@rl.af.mil. The Air Force
Research Laboratory, Sensors Directorate (AFRL/SN) in conjunction with
the Defense Advanced Research Agency (DARPA) and the Army, is
soliciting white papers for innovative approaches in developing an
integrated Foliage Penetration (FOPEN) radar system testbed concept.
This concept will be developed into a data collection system that will
integrate active monostatic ground moving target indication (GMTI)
radar, passive bistatic radar, synthetic aperture radar (SAR) and
electronic support measures (ESM) subsystems. The ultimate goal of the
FORESITE system is to obtain test data, compare alternative system
configurations and conduct real time SAR cueing experiments. The
primary objective of FORESITE is to perform surveillance, target
recognition and tracking over a large area and to provide cues to the
SAR radar. To make FORESITE more affordable and reduce its size for
deployment on a platform such as a HAE UAV, innovative solutions are
required that will maximize the utilization of common subsystem
elements. An example of this would be the sharing of the waveform
generator, transmitter, transmit antenna, receivers and signal
processor as appropriate. The system to be developed should allow the
Government to test a wide variety of system parameters (e.g. frequency,
polarization, bandwidth, antenna length, space-time adaptive processing
(STAP) configuration, target revisit rate and ESM coverage as a
minimum), yet not overly stress the risks and costs involved in its
design. Secondary FORESITE objectives include the determination of the
frequency and bandwidth best suited for GMTI. Determining the impact
of potential interference caused by a wide band waveform disrupting
communications equipment and navigational aids, as well as impacting
the own-ship ESM performance and that of systems such as Guardrail and
Rivet Joint, is alsoof interest. Thus, although low frequencies
provide better foliage penetration and wide bandwidths enhance target
recognition, the ability to use these might be severely limited. Also
of interest is subsystem interoperability. The operation of the ESM and
GMTI subsystems can be sequential, interleaved or simultaneous,
depending upon the operational environment. The most efficacious
scheduling of these subsystems is of interest to the Government. Also,
simultaneous VHF SAR and ESM or VHF SAR and MTI operation is of
interest. Anticipated deliverables for this BAA are: a system design,
a concept of operations, monthly status reports, oral presentations,
and a final report. It is envisioned that industry teams will be formed
to address the FORESITE design. It is the desire of the Government that
small businesses and/or Universities perform at least fifteen (15)
percent of the study. THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE
SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors
are required to submit five (5) copies of a ten (10) page or less white
paper with a cover letter indicating whether the offeror is a large,
small, women-owned small, or small disadvantaged business, or
Historically Black College, University, or Minority Institution. The
white paper will be formatted as follows: Section A: Title, Period of
Performance, Cost of Task, Name of Company; Section B: Task Objective;
and Section C: Technical Summary. All responses to this announcement
must be addressed to ATTN: Paul Gilgallon, Reference BAA 99-08-IFKPA,
AFRL/SNRD, 26 Electronic Parkway; Rome NY 13441-4514. Small business
offerors must also send one (1) copy of the cover letter only, by First
Class mail (DO NOT SEND CLASSIFIED), to ATTN: Janis Norelli, Director
of Small Business, AFRL/IFB; 26 Electronic Parkway; Rome NY 13441-4514.
Multiple white papers within the purview of this announcement may be
submitted by each offeror. The purpose of the white paper is to
preclude unwarranted effort on the part of an offeror whose proposed
work is not of interest to the Government. Those white papers found to
be consistent with the intent of this BAA may be invited to submit a
technical and cost proposal. Such invitation does not assure that the
submitting organization will be awarded a contract. Complete
instructions for proposal preparation will be forwarded with the
invitation for proposal submission. Evaluation of proposals will be
performed using the following criteria: a) The overall scientific
and/or technical merits of the proposal, b) The innovativeness of the
proposed approach and/or techniques, and c) The reasonableness and
realism of proposed costs and fees. In addition, the Government will
consider other factors, such as past and present performance on recent
Government contracts and the capacity and capability to perform the
requirements of the effort. The criteria used to evaluate proposals
will also be used to determine whether white papers submitted are
consistent with the intent of this BAA and of interest to the
Government. No further evaluation criteria will be used in selecting
the proposals. Offerors must mark their proposals with the restrictive
language stated in FAR 15.609(a)." Individual proposal evaluations
will be based on acceptability or unacceptability without regard to
other proposals submitted under this BAA. Options are discouraged and
unpriced options will not be considered for award. Principle funding of
this BAA and anticipated awards will start approximately FY00.
Individual awards will not normally exceed 12 months in duration, with
dollar amounts normally ranging from $1.2M to $1.8M. Total funding for
this BAA is $3.0M. Awards of efforts as a result of this BAA will be in
the form of contracts, grants, cooperative agreements, or other
transactions depending upon the nature of the work proposed.
Foreign-owned offerors are advised that they be excluded from
participating at the prime contract level. Foreign or foreign-owned
offerors should immediately contact the contracting focal point, Joetta
A. Bernhard, for information if they contemplate responding. Data
subject to export control constraints may be involved and only firms on
the Certified Contract Access List (CCAL) will be allowed access to
such data. The cost of preparing proposals in response to this
announcement is not an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the
normal bid and proposal indirect cost in FAR 31.205-18. Depending on
the work to be performed, the offeror may require a SECRET facility
clearance and safeguarding capability; therefore, personnel identified
for assignment to a classified effort must be cleared for access to
SECRET information at a time of award. An Ombudsman has been appointed
to hear significant concerns from offerors or potential offerors for
this announcement. Routine questions are not considered to be
"significant concerns" and should be communicated directly to the
Contracting Officer, Joetta A. Bernhard, (315) 330-2308. 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 for this acquisition is Vincent Palmiero,
Deputy Chief, AFRL/IFK at (315) 330-7746. When requested, the Ombudsman
will maintain strict confidentiality as to the source of the concern.
The Ombudsman does not participate in the evaluation of the proposals
or in the source selection process. The Ombudsman should only be
contracted with issues or problems that have been previously brought to
the attention of the contracting officer and could not be
satisfactorily resolved at that level. An information briefing is not
planned. To receive a copy of the AFRL/IFK "BAA & PRDA: A Guide for
Industry," Sep 1996 (Rev), write ATTN: Lucille Argenzia, AFRL/IFK, 26
Electronic Parkway, Rome, NY 13441-4514, or fax her at FAX
315-330-4728, or the guide may be accessed at:
http://www.if.afrl.af.mil/div/IFK/bp-guide.html. This BAA is open and
effective until 30 Sep 00. All responsible firms may submit a white
paper, which shall be considered. Respondents are asked to provide
their Commercial and Government Entity (CAGE) number with their
submission and reference BAA 99-08-IFKPA. Only Contracting Officers are
legally authorized to commit the Posted 08/19/99 (D-SN369821). (0231) Loren Data Corp. http://www.ld.com (SYN# 0011 19990823\A-0011.SOL)
A - Research and Development Index Page
|
|