Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2002 FBO #0046
SPECIAL NOTICE

A -- OPTIMIZED ARRAY FOR SPACE-BACKGROUND INFRARED SIMULATION (OASIS)

Notice Date
1/15/2002
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-PRDA-02-0004
 
Response Due
3/4/2002
 
Archive Date
3/15/2002
 
Point of Contact
Dona Dowdy-Merchant, Contract Specialist, Phone 850-882-4294+X3408, Fax null, - Vicki Keider, Conracting Officer, Phone (850)882-4294 ext. 3404, Fax (850)882-9599,
 
E-Mail Address
dona.dowdy-merchant%40eglin.af.mil, keider@eglin.af.mil
 
Description
INTRODUCTION: This is a Program Research and Development Announcement (PRDA). The Air Force Research Laboratory, Munitions Directorate, Advanced Guidance Division (AFRL/MNG) is interested in receiving technical and cost proposals for development of advanced resistive array infrared scene projection integrated circuits (ICs) optimized for cryogenic operation and integration of those ICs into cryogenic infrared scene Projector Emitter Module's (Cryo-PEMs). Proposals in response to this PRDA must be received no later than 1:00 P.M. CST on 4 March 2002, addressed to Air Force Research Laboratory, Munitions Contracting Division, Bldg. 13, 101 W. Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, Attn.: Ms Dona Dowdy-Merchant (AFRL/MNK). Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52.215-1(c)(3), "Instructions to Offerors-Competitive Acquisition (May 2001)". Responders must reference the following number (MNK-PRDA-02-0004). Proposals submitted must be in accordance with this announcement. Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert to any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission-of-proposal dates. If a proposal is selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. B-- REQUIREMENTS: (1) Technical Description: Through research and development programs such as the Wideband Infrared Scene Projector (WISP) and the Multi-Spectral Scene Projector (MSSP) programs, resistive array infrared scene projector technology has demonstrated such desirable qualities as broad spectral emission, flickerless images, high frame rates, and large dynamic ranges. Although resistor array infrared scene projector technology has greatly matured under the WISP and MSSP programs there are areas in which additional development is required to meet the needs of the hardware-in-the-loop test and evaluation community. One of these facilities, the Kinetic Kill Vehicle Hardware-in-the-Loop Simulator (KHILS) at Eglin, is designed to support various current and future Missile Defense Agency (MDA) guided interceptor hardware development programs. This closed-loop simulator facility evaluates advanced state-of-the-art seeker and control system performance under varying mission scenarios. The resistive array infrared projection technology also has direct application in the evaluation of air-to-air, air-to-surface, surface-to-air, and surface-to-surface guided weapons and submunitions, which use infrared seekers. Because of the rapid evolution of sensor and signal processor technologies, it is imperative that related simulation technologies keep pace with the advances in guided interceptor technology. (2) Technical Goals: The overall objective of this program is to significantly advance the state-of-the-art in resistive array infrared scene projection technology. Goals in descending order of importance (most to least): (a) Optimize the emitter material, on-chip analog electronics and other design features to increased radiometric output under cryogenic/vacuum environmental conditions, (b) High framing rates (200 frames per second), (c) High spatial resolution (512x512 and 1024x1024), (d) Minimization of scene droop, (e) Snapshot array updates, (f) Flexible array and package design for array operation at ambient through cryogenic temperatures, (g) Maximization of array fabrication yield, (h) Programmable frame windowing (addressing reduced portion of array), and (i) Programmable multiplexing of the number of control lines (user can trade between data rate and cost of drive electronics). The offerors may include additional areas for trade in the first phase of the program. This three-phased program of which two phases are optional is a 36-month effort. Phase I (6 months), Dual Design (Conservative and Aggressive), will encompass developing designs for both conservative and aggressive 512x512 cryogenic/vacuum resistive array, have a Preliminary Design Review (2 months from program kickoff) and end with the Critical Design Review of both conservative and aggressive designs. The conservative design will be a low to medium risk approach concentrating on cryogenic operation and the following requirements: (a) KHILS Array Interface Electronics (AIE) Compatibility, (b) format - 512x512 raster, (c) Environment temperature - 50-80K optimized, (d) Environment Vacuum - 10e-8 Torr, (e) Radiometric maximum apparent temperature - 650K in MWIR and 500K in LWIR, (f) Radiometric minimum apparent temperature - Background environment, (g) Temporal response (without overdrive) - 0 percent to 90 percent of full radiometric output in 8msec MWIR at 80K and 100 percent to 10 percent of full radiometric output in 8msec LWIR at 80K, and (h) Control - Command range of 1-5V with settling time at buffer amp of less than 350nsec, Droop less than 1 percent radiometric output over 20 msec, and Uncorrected non-uniformity 10 percent maximum. The aggressive design (high risk) will push the state-of-the-art. The following is an example of an aggressive design's requirements: (a) On-board DACS, (b) format - 512x512, raster/snapshot, (c) Environment temperature - 20-300K, (d) Environment Vacuum - 10e-8 Torr, (e) Radiometric maximum apparent temperature - 700K in MWIR and 600K in LWIR, (f) Radiometric minimum apparent temperature - Background environment, (g) Temporal response (without overdrive) - 0 percent to 90 percent of full radiometric output in 5msec MWIR at 80K and 100 percent to 10 percent of full radiometric output in 5msec LWIR at 80K, and (h) Control - Command range of 1-5V with settling time at buffer amp of less than 300nsec, Droop less than 1 percent radiometric output over 20 msec, and Uncorrected non-uniformity 10 percent maximum. Phase II (12-month option), Manufacture/Test Phase, will include two array fabrication runs (one using the conservative design and one using the aggressive design) and four mounted and delivered arrays, two from each run. Phase III (18-month option), Down-select and Optimize, will down-select the most favorable array design from Phase II array test data, optimize that design, perform two more optimization fabrication runs in series (implementing a number of the more complex development goals defined above, such as 1024x1024 array size), and end with the mounting and delivery of four Phase III arrays and a final report. The Government will be responsible for annealing, system installation, and characterization of all delivered arrays. (3) Data Requirements: The following data element submittals are expected. Suggested Data Item Descriptions (DIDs) are noted. The contractor may propose additional elements or submittal of combined elements or DIDs as appropriate for the proposed program. Electronic submittal is encouraged whenever feasible and cost-effective for the program. Submittals are: (a) Design drawings (DI-DRPR-81002A) (b) Monthly status reports, including technical progress, programmatic issues, schedule, and appropriate disclosure of actual cost and labor expenditures. Contractor-format CFSR are required during all phases of the contract. (DI-MGMT-80368, -80909, -80269; DI-FNCL-80912; DI-MGMT-81468) (c) Final technical report and a technology transfer report at end of program. The final report, which will be published in DTIC, must document the entire effort (DI-MISC-80711). The final report must be delivered to the Government in electronic form (Microsoft Word 97 or later format). (d) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings. (DI-ADMN-81249, -81250, -81373). (4) Meetings and Reviews: The contractor will be expected to host and conduct various meetings throughout the program, including but not limited to, a Phase I kick-off, a formal preliminary design review in Phase I, a formal critical design review in Phase I, and a final review at the end of the program. Periodic progress meetings for technical and programmatic interchange will be held at three month intervals throughout the program, except for those months when formal meetings are scheduled; the contractor will be expected to host half of these meetings, and Government will host the other half. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: 36 months total, consisting of 6 months for Phase I tasks, 12 months for Phase II (Option) tasks, and 18 months for Phase III (Option) tasks. (2) Expected Award Date: The estimated award date is 2 June 2002. (3) Type of Contract: The Government anticipates awarding a single cost-plus-fixed-fee (CPFF) contract for Phase I, Phase II (Option), and Phase III (Option). (4) Government Estimate: The Government has estimated funding for the total contract including options of approximately $3.5 million of which Phase I is estimated to be about $0.5 million. Funding for the total contract is anticipated to be comprised of approximately 13 percent FY02, 33 percent FY03, 33 percent FY04, and 21 percent FY05 funds. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to availability and Government discretion. (5) Size Status: This acquisition is full and open competition. However, the appropriate NAICS code is 541710 with a small business size standard of 1000 employees. (6) Government Furnished Property: It is the offeror's responsibility to identify any equipment or property to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property as appropriate and if available. (7) Proprietary Items: It is the offeror's responsibility to identify any proprietary materials, products, software, or processes to be used by the prime contractor and subcontractors in the performance of this program and address acquisition of data rights or licenses, or expected recoupment of development cost for those proprietary items that will be integrated into the projection device. (8) Security Requirements: No access to or storage of classified materials is required for this program. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General: All responsible sources may submit a proposal that shall be considered against the criteria set forth herein. Authorization for limited reproduction and dissemination within Government agencies and National Laboratories is requested. Proposals submitted in response to this announcement must include a written, unclassified technical and cost proposal, submitted in separate volumes. Volume 1 should provide the technical proposal addressing all three phases of the program, and Volume 2 should address the price and cost details of the proposal for the program. Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-1(e), "Instructions to Offerors-Competitive Acquisition" (May 2001), to trade secrets or privileged commercial and financial information contained in their proposals. Offerors should consider instructions contained in the "Proprietary Information", and "When and How to Submit" sections of the AFMC Pamphlet 64-101, "Unsolicited Proposal Guide", which will be provided upon request by contacting Vicki Keider at 850-882-4294 x 3404. AFMC Form 190, Policy Agreements, does not apply to Program Research and Development Announcements. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The US Air Force reserves the right to award one or none contracts based on the proposals received in response to this announcement. If selected for possible award, the offeror will be required to submit a Small, Small Disadvantaged, and Women-Owned Small Business Plan within ten (10) days of notice. Additional proposal questions should be directed to one of the points of contact listed in Part F. (2) Technical Proposal: The Volume 1 technical proposal shall include, as a minimum, a statement of work suitable for contract incorporation; the offeror's technical approach for the entire program; risk management procedures to be applied to the program; identification of key personnel, resources, and critical subcontractors; hardware and data deliverables; a proposed program schedule including deliveries for the entire program; and a summary of relevant past and present performance. The technical proposal must include an outline and full discussion of the nature and scope of the research and development method or technical approach, and the expected results. (3) Cost Proposal: Adequate price competition is anticipated. The Volume 2 cost proposal must include as a minimum a cost element summary including labor, material, overhead, travel, G&A, etc. for the basic contract (Phase I) and for each exercisable option (Phase II and Phase III); and an expenditure schedule for the entire program. (4) Page Limitations: Volume 1 shall be limited to a total of 30 pages, including resumes, charts, figures, tables, etc.; the proposed SOW and CDRLs may be included as an appendix of not more than 20 pages. The Government reserves the right to remove and return to the offeror any excess pages before evaluation starts. Cost proposals have no page limitations, however, offerors are requested to keep cost proposals to 30 pages as a goal. A page is defined to be one side of an 8.5 x 11-inch piece of paper with information on it. Minimum print size is 10-point type, or 12 pitch, with line spacing of not less than one and one half for the typeface used. Proposals shall be submitted in an original and 2 copies. (5) Preparation Costs: The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any 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. E--BASIS FOR AWARD: Award Evaluation Criteria: The selection of none or one source for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA to determine best-value potential for the entire program. Proposals will be evaluated as received using the following factors. No other evaluation criteria will be used in selecting the best proposal. Technical and cost information will be evaluated at the same time. The factors in descending order of importance are: (a) The overall scientific or technical merits of the written proposal. Only proposals evaluated as offering significant advancement in the state-of-the-art shall be considered for funding; (b) The soundness of the approach, including the proper definition and arrangement of tasks, concept verification techniques, and the probability of meeting the Government's technical goals; (c) The offeror?s capabilities, related experience, record of research accomplishments, facilities, techniques, key personnel, subcontractors, or unique combination of these factors which are integral factors for achieving the Government?s technical goals; (d) The offeror?s past and present performance on government contracts; and (e) The reasonableness and realism of proposed cost for the total program. F--POINTS OF CONTACT: (1) Contracting and Cost: Ms. Vicki Keider, Contracting Officer, (850) 882-4294, ext 3404, or Ms. Dona Dowdy-Merchant, Contract Negotiator, (850) 882-4294, ext 3408, at AFRL/MNK, 101 W. Eglin Blvd., Suite 337, Eglin AFB, FL 32542-6810, or e-mail to vicki.keider@eglin.af.mil or dona.dowdy-merchant@eglin.af.mil, respectively. The telefax number is (850) 882-9599. (3) Programmatic and Technical Issues: Mr. Robert Stockbridge, (850) 882-4446, ext 2260, at AFRL/MNGG, 101 W. Eglin Blvd., Suite 234, Eglin AFB, FL 32542-6810, or e-mail to robert.stockbridge@eglin.af.mil. The telefax number is (850)882-4128. (3) Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer, Contract Specialist, or the Program Manager identified above. For any other concerns, interested parties may call AFRL/MN's Ombudsman, Lt Col Mary Quinn, at (850) 882-2872 ext. 3420 or e-mail: mary.quinn@eglin.af.mil. (4) General information: This announcement and updated or other general information are available via the World Wide Web at http://www.eps.gov/ (Look for Solicitation Number MNK-PRDA-02-0004). See Numbered Note 26.
 
Record
SN20020117/00014707-020116090319 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.