|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493ESC/PKR, R&D Contracting Division, 104 Barksdale St., Hanscom AFB, MA
01731-1806 A -- DYNAMIC SPACE ENVIRONMENT: EFFECTS, SENSORS, AND MODELS SOL PRDA
# AFRL/VSB 00-01 POC John W. Flaherty, Division Chief, 781-377-2529;
Dr. Gino F. Cascieri, Contract Specialist, 781-377-2623; Janet CF.
Johnston, Technical Contact, 781-377-2138. WEB: ESC Business
Opportunities Web Page, http://www.herbb.hanscom.af.mil. E-MAIL: Click
Here to E-mail the POC, gino.cascieri@hanscom.af.mil. PROGRAM RESEARCH
AND DEVELOPMENT ANNOUNCEMENT (PRDA # AFRL/VSB 00-01) entitled, "DYNAMIC
SPACE ENVIRONMENT: EFFECTS, SENSORS, AND MODELS". The Battlespace
Environment Division, Space Vehicles Directorate, Air Force Research
Laboratory (AFRL/VSB) is interested in receiving proposals to provide
research on active space experiments, radiation belt dynamics and
models, space environmental sensors, and space environmental chemistry
and models. DoD space capabilities are limited by the hazardous
radiation environment. The objectives of this program are the
investigation of the origins and dynamics of various particle
populations that affect military space-based systems; a result of this
objective is the development of predictive models and tools that will
enable spacecraft and sensor designers to plan for the analysis and
mitigation of the harmful effects of space. Research areas include: (1)
Space Environmental Models -- Space environmental models are needed to
specify the current state of the space environment and to provide
timely warnings and forecasts of future conditions. Work in this area
will involve analysis of the full range of space weather (solar, solar
wind, magnetosphere) data. This work should result in the development
of models of energetic particles and radiation found in the
magnetosphere/ionosphere, and the development of visualization tools
for the ionosphere, magnetosphere, and solar wind environments. State
of the art computational techniques will be used to create new
specification/forecast tools for space weather hazards addressed by the
Space Vehicles Directorate ranging from coronal mass ejections to
ionospheric scintillation. (2) Defense Meteorological Satellite Program
(DMSP) Data Reduction and Analysis -- Work relating to several aspects
of the DMSP science program is needed: a) data reduction, archiving
and surveys; b) product development and statistical analyses supporting
Air Force operations, c) space weather research and space weather
predictions. The answer to several questions concerning fundamental
ionospheric and magnetospheric dynamics will advance our capabilities
for space weather prediction, such as how particles access the
magnetosphere, where low altitude, high latitude field lines field line
trace, what determines particle precipitation rates, and so on.
Research to answer such questions, employing, in part, DMSP data is
solicited. (3) Space Particle Sensor Data Reduction and Analysis --
Existing radiation belt models will be modified and new models will be
developed using data from recent and upcoming space-borne instruments.
Work conducted under this topic will included data reduction and
analysis of raw data. (4) Active Space Experiments and Radiation Belt
Dynamics -- Research on preliminary design studies for active
magnetospheric wave-particle scattering and beam injections
experiments, as well as research on the development of physics-based
radiation belt models are solicited. (5) Space Environmental Chemistry
-- Codes being developed for the assessment of damage posed by natural
hazards, such as meteoroids and space debris, require experimental
and/or theoretically-calculated cross sections for a variety of
non-equilibrium chemical reactions. Research in this area is solicited.
BASIS FOR AWARD: Technical proposals will be evaluated using the
following factors of equal importance based on a peer scientific
review. (a) demonstrated technical and/or scientific merit and its
relevancy to current AFRL needs, including capabilities and related
experience, facilities, techniques, or unique combinations of these
which are an integral factor for achieving proposal objectives, (b)
impact of successful development on the performance of space systems
and AFRL mission, (c) new or unique ideas which enhance
state-of-the-art or scientific knowledge, (d) the qualifications,
capabilities, and experience of the proposed principal investigator,
team leader, and other key personnel who are critical to achievement of
the proposed objectives, (e) feasibility of accomplishing tasks. Cost
proposals will be evaluated using the factor of completeness,
reasonableness and realism. Technical considerations are more important
than cost, although cost will be considered a significant factor. No
further evaluation criteria will be used in selecting proposals.
Subject to the availability of funds, the Government reserves the right
to select for award any, all, part, or none of the proposals received.
Contractor personnel will participate in working teams at AFRL and
will attend technical interchange meeting at Hanscom AFB at most every
two weeks. At least 50% of the effort will be performed at Hanscom
AFB. Office facilities already exist in the VS buildings. DELIVERABLES
WILL INCLUDE: (1) Scientific/Technical Reports, annual and final (2)
R&D Status Reports, quarterly (3) Contract Funds Status Reports,
quarterly PROPOSAL PREPARATION INSTRUCTIONS: Responses must provide new
and unique concepts ideas, or approaches in order to qualify for
evaluation and consideration for award. Proposal shall be submitted in
two (2) parts: (1) Technical Proposal: The Technical Proposal shall
include an Executive Summary, Program Description, Program Plan,
Milestone Chart, Facilities and Equipment Description, Description of
Relevant Prior Work, Management Plan, and Resume of Key Individuals.
The technical proposal shall also include a Statement of Work detailing
the technical tasks to be accomplished under the proposed effort and be
suitable for contract incorporation. The Statement of Work shall
include specific requirements, if applicable, that the deliverable
product will be year 2000 compliant per FAR Part 39. The technical
proposal shall be limited to seventy five (75), (12-pitch or larger
type) single spaced, single-sided, 8.5 x 11 inch pages. The page
limitation includes all information i.e, covers, indices, photographs,
appendices, attachments, resumes, etc. Each printed side counts as one
page. (Caution: The Government will not review more than the page
limitation). (2) Cost Proposal: There is no page limitation on the Cost
Proposal. The Cost Proposal should be valid for no less than 180 days
and be broken out by cost element and Government fiscal year. The
Government encourages submission of innovative and creative proposal to
solve any one, all or a combination of the problems discussed herein.
Forward six (6) copies of each proposal to ESC/PKR (Attn: Dr. Gino F.
Cascieri), Bldg. 1520, 3rd Floor, 104 Barksdale St., Hanscom AFB, MA
01731-1806. The Space Hazards Branch (AFRL/VSBS) has been assigned
overall responsibility for providing the necessary
acquisition/technical management for this program. Responses should
reference PRDA #AFRL/VSB 00-01. QUESTIONS of a TECHNICAL NATURE may be
referred to Janet C. Johnston, 781-377-2138 (email:
JohnstonJ@plh.af.mil). CONTRACTUAL and COST QUESTIONS should be
referred to the CONTRACT SPECIALIST, Dr. Gino F. Cascieri, 781-377-2623
(email: gino.cascieri@hanscom.af.mil). Government estimate in total for
these contractual efforts is approximately 35 manyears, period
ofperformance not to exceed sixty (60) months plus three (3) months for
final report per effort. Work is anticipated to begin in the March 2000
time frame. Each contract will be incrementally funded. The cost of
preparing a proposal to a PRDA is not considered an allowable direct
charge to the resulting contract or any other contract. It is, however,
an allowable expense to the normal bid and proposal indirect cost
specified in FAR 31.205.18. Proposals received in response to this
announcement will be deemed in accordance with the Competition in
Contracting Act of 1984. Every effort will be made to protect the
confidentiality of the proposals. In order that the proposals are
afforded proper handling, offerors must mark their proposals with
restrictive language stated in FAR 15.509(a). Offerors are cautioned
that only Government Contracting Officers are legally authorized to
commit the Government. Firms responding should indicate if they are
qualified as a Small Business, HUBZone Small Business, a Socially and
Economically Disadvantaged Business, an 8(a) Qualified Business or a
Woman-Owned Business. Foreign or foreign-owned offeror are not eligible
to participate in this announcement. Offerors are requested to provide
a name and telephone number of point of contact. An Ombudsman has been
appointed to hear concerns from offerors or potential offerors during
the proposal development phase of this acquisition. The Ombudsman
should only be contacted with issues or problems that have been
previously been brought to the attention of the program manager and/or
the contracting officer and could not be satisfactorily resolved at
that level. The Ombudsman does not participate in the evaluation of
proposals or in the source selection process. The Ombudsman is Col
Steven Sheldon, ESC/CX, 781-377-5106. Closing date for submission of
proposals is thirty (30) days from the publication of this notice, the
date of publication being day one (1). In the event this date for
receipt of offers falls on either a Saturday, Sunday, or Federal
holiday, the date of receipt of offers is automatically extended to the
immediate following Tuesday. See Numbered Note (s): 26. Posted 12/08/99
(D-SN406984). (0342) Loren Data Corp. http://www.ld.com (SYN# 0008 19991210\A-0008.SOL)
A - Research and Development Index Page
|
|