Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445

Department of the Air Force, Air Force Materiel Command, AFRL -- Phillips Research Site, 2251 Maxwell Ave, Kirtland AFB, NM, 87177

A -- RADIOMETRIC CALIBRATION AND THERMOMETRICS ANALYSIS SOL PRDA99-DE07 DUE 110199 POC Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546, Email steinbob@plk.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=PRDA99-DE07&L ocID=1122. E-MAIL: Barbara Steinbock, steinbob@plk.af.mil. Radiometric Calibration and Thermometrics Analysis. PRDA NO. 99-DE07. Contractual POC: Barbara Steinbock, Contracting Officer (505)846-2246 or E-mail Steinbob@PLK.AF.MIL; AFRL/PKDB; 2251 Maxwell Ave SE, Kirtland AFB NM 87117-5773. Information concerning this procurement will be available on the Electronic Posting System (EPS) -- http://www.eps.gov. The AFRL BAA/PRDA guide is available at http://aftec.afrl.af.mil/policy-guides.htm. ALL POTENTIAL OFFERORS SHOULD BE AWARE THAT DUE TO UNANTICIPATED BUDGET FLUCTUATIONS, FUNDING MAY CHANGE WITH LITTLE OR NO NOTICE. A-INTRODUCTION: The Air Force Research Laboratory (AFRL) Directed Energy (DE) Directorate is seeking proposals for research and engineering development support to solve scientific and engineering problems on the Radiometric Calibration of sensor resources at the Air Force Advanced Electro-Optics System (AEOS), to derive Temperature Measurements (Thermometrics) as applied to Space Object Identification (SOI). Proposals with new or unique ideas which enhance the state-of-the-art and scientific knowledge in this field and extend the performance capabilities of the AEOS sensors are solicited. B- REQUIREMENTS: -- Proposals for development of new and innovative concepts for: (1) Photometric and Radiometric calibration of existing sensor resources and sensors undergoing development; (2) Analytical techniques for measuring temperatures of objects as derived from calibrated sensor data for SOI applications; (3) Analytical techniques and development of exploitation tools allowing for more accurate identification of anomalies and real-time utilization of sensor data; (4) Analytical techniques for determining and algorithmically correcting anomalous and unique sensor artifacts that impact calibration performance; (5) Approaches for maintaining optimal sensor calibration stability in the presence of system level variations. C-PROPOSAL PREPARATION INSTRUCTIONS: Offers are solicited from all sources capable of satisfying the Government's requirements and arenot limited in technical approach, though the proposal should consider the goals of the efforts listed above. Projected total funds are currently unavailable, however funding is estimated at $200,000.00 per year extended over a two year period of performance for a total of $400,000.00 Proposals are due 30 days from the date this announcement is published. This announcement is an expression of interest only and does not commit the Government to pay for proposal preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. To prepare its proposal and perform services under the contract, the contractor my require access to Military Critical Technical Data whose export is restricted by US export control laws and regulations. Offerors will be requested to submit an approved DD Form 2345, Military Critical Technology Data Agreement, as a condition for award. Contact the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, Michigan 49016-4312, 1-800-352-3572 for further information on certification and approval. Interested parties should have or be capable of acquiring a SECRET clearance. There is a possibility that a TOP SECRET/SCI clearance may be required for some of this effort. To be eligible to receive an award of any contractual document, a firm is required to be registered in the DOD Central Contractor Registration Database for awards after 31 May 98. Firms must register on a one-time basis and annually to confirm accuracy and completeness of information. Either the CAGE code or a DUNS number will be used to identify the contractor to the paying office. If a contractor proposes using an FFRDC as a subcontractor, it must provide rationale in its proposal that supports the unique capability of the FFRDC (FAR 35.017). The Government does not intend thatFFRDCs use privileged information or access to facilities to complete with the private sector. Foreign firms are advised that they are precluded from becoming a prime contractor. Submit Technical and Cost proposals in separate volumes. An original and three copies of your proposal are required. Technical Proposal shall include an executive summary of the offeror's capabilities (including key personnel), relevant/related experience, program description, program plan detailing the technical effort to be accomplished, and facilities. The technical proposal shall be limited to 25 pages (12 pitch or larger type), double space, single sided, 8.5 by 11 inch pages, use one inch margins on top and bottom of page and 34 inch side margins. The page limitation includes information i.e., indices, photographs, foldouts, however attachments and resumes do not count. Cost Proposals shall be limited to 5 pages and should be prepared in accordance with instructions under the AFRL BAA/PRDA guide at http://aftech.afrl.af.mil/policy-guides.htm. The government will not consider pages in excess of the limitation. Data deliverables, including a final report, shall be proposed that will adequately provide the government with sufficient information to ascertain the effectiveness of the offeror's operations. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above PRDA number and include a unique proposal identification number. Proposals shall be submitted to DET 8 Air Force Research Laboratory/PKDB, 2251 Maxwell Ave SE, Kirtland AFB NM87117-5773. A Cost-Plus-Fixed Fee (CPFF) contract(s) is anticipated to be awarded, however other types may be considered. D-BASIS FOR AWARD: For the purposes of the PRDA announcement the SIC is 8731, 1000 employees. This announcement is unrestricted and unclassified. Proposals will be evaluated through peer or scientific review and be in accordance with the following criteria: (1) The overall scientific and/or technical merit of the proposal: (2)The potential contributions of the effort to the project's mission and the extent to which the research effort will contribute to balancing the overall mission program. The proposal should be directed toward advancing the state of the art and should provide for new and creative research and development solutions for scientific and engineering problems. (3) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives: (4) the qualifications, capabilities, and experiences of the proposed key personnel who are critical to the achievement of the proposal objectives: (5) offeror's record of past and present performance; (6) reasonableness and realism of the proposed costs and fee. No further evaluation criteria will be used in selecting the proposals. This CBD announcement in and of itself constitutes the PRDA. Subject to the Availability of Funds, the Government reserves the right to select for award any, all, part, or none of the proposals received. Proposals will be classified into one of the following three categories: (1) Category I -- Well conceived scientifically and technically sound proposals pertinent to the program goals and objectives and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I am recommended for acceptance and normally will be displaced only by other Category I proposals. (2) Category II -- Scientifically or technically sound proposals that may require further development and can be recommended for acceptance but are at a lower priority than Category I. Proposals in this category are not always funded. (3) Category III -- Proposals are recommended for rejection for the particular announcement under consideration. This PRDA will be posted on the Electronic Posting System (EPS) -- http://www.eps.gov. An Ombudsman has been appointed to hear concerns from offerors or potential offerors, primarily during the proposal development phase of this competitive, negotiated acquisition. Routine questions are not considered to be of "significant concern" and should be communicated directly to the Contracting Officer, Barbara Steinbock, (505) 846-2246. 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 does not participate in the evaluation of the proposals or in the source selection process. The Ombudsman for this acquisition is Mr. Eugene DeWall, Deputy Director of Contracting, Det 8/AFRL/PK-D, (505) 846-4979; 2251 Maxwell Ave SE, Kirtland AFB NM 87117-5773. For contracting issues, please contact Barbara Steinbock, Contracting Officer at (505)846-2246. For technical concerns, please contact Mr. Michael L. Vigil, AFRL/DEBI, (505)846-6202. Posted 09/29/99 (D-SN386127). (0272)

Loren Data Corp. http://www.ld.com (SYN# 0003 19991001\A-0003.SOL)


A - Research and Development Index Page