Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
SOURCES SOUGHT

A -- Application of Lidar for Vehicles with Analysis (ALVA)

Notice Date
5/28/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
00000
 
Solicitation Number
F29601-03-R-0003
 
Response Due
6/23/2003
 
Archive Date
7/8/2003
 
Point of Contact
Marialyn Achille-Argaez, Contract Specialist, Phone 505 846 6876, Fax 505 846 1546, - Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546,
 
E-Mail Address
Marialyn.Achille-Argaez@Kirtland.AF.MIL, Barbara.Steinbock@kirtland.af.mil
 
Description
General Information Document Type: Solicitation Number: Posted Date: Response Date: Classification Code: A -- Research & Development Contracting Office Address Department of the Air Force, Air Force Materiel Command, Air Force Research Laboratory (AFRL) Directed Energy Contracting Directorate (PKDB), 2251 Maxwell Ave, Kirtland AFB, NM 87117-5773 DESC: Sources Sought Synopsis. Contracting Point of Contact: Marialyn Achille-Argaez, Contract Specialist, (505) 846-6876, Technical Point of Contact: Dr. John Gonglewski, (505) 846-4405. The Air Force Research Laboratory (AFRL), Directed Energy Contracting Directorate on behalf of the Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE), Kirtland AFB, NM is seeking interested parties to submit a Statement of Capability pertaining to follow-on work on AFRL?s ?Applications of Lidar for Vehicles with Analysis (ALVA)? Program. The follow-on work will have a period of performance of five (5) years and a contract ceiling of $49 million. The anticipated contract type will be a Cost-Plus-Fixed-Fee instrument. BACKGROUND: The Air Force Research Laboratory?s Advanced Optics and Imaging Division is seeking to acquire design, fabrication, test, evaluation, deployment of Lidars, laser radars, laser metrology, and complementary passive sensor systems in airborne, space-borne, or special test facilities. Included is support to USAF assets and test sites for prototyping and understanding the role of non-weapons class lasers, laser radars, laser sensing, remote sensing and measurement systems, and general imaging systems. Such assets include the Maui Space Surveillance Site (MSSS); USAF?S Argus or Cobra Ball or similar aircraft; Wright-Patterson Air Force Base (WPAFB); and other DoD service facilities such as White Sands Missile Range (WSMR) AND THE pacific Missile Range Facility (PMRF). Also included are the appropriate program planning and mission analysis for such systems. The goal of this effort is to establish a technology base for and initial field demonstrations of advanced sensor systems suitable for airborne, unmanned aerial vehicles (UAV?s) and space-borne missions and upgrade to MSSS imaging capabilities. Special interest will be shown to new ideas and technologies in laser components; to airborne platform approaches and capabilities to terrain imaging, target identification, remote sensing, and designation; to laser waveform approaches which show a capability to perform multiple tasks e.g., tracking and imaging by switching rapidly between waveforms, and receiver approaches which perform real-time processing of wide band (>500MHz) signals with a significant composition of COTS elements; to system volume and weight minimization; to transportability; to laser facilities use and logistics; to computer simulations, modeling and analysis of relevant USAF and DoD laser and laser radar missions. Work is expected to be conducted at various appropriate facilities including Kirtland AFB, the contractor?s plant, and Wright-Patterson AFB. At least 20% of this effort involves support of the MSSS, Barking Sands, and other USAF facilities in Hawaii. In partial fulfillment of this requirement, the qualifying contractor will be required to obtain office and support facilities on both Maui and Kauai and have demonstrated successful operations in these unique environments. Work will provide technical analysis and engineering support for R&D activities in technology areas such as: (1) Compact device development, analysis, field demonstrations, and prototype deployment of CO2 and solid state lasers for airborne, spacecraft, and platforms for ground-to-space imaging applications; (2) Systems development and new concepts in laser radars for ranging, imaging, mapping, chemical detection, reconnaissance, surveillance, target designation, communications and ancillary military applications. This includes mission and technology analysis, laboratory experimentation and demonstration, and prototyping systems. Emphasis will be given to laser radar systems which provide multiple, real-time capabilities and can be shown to perform more than one function per mission, e.g., chemical detection and imaging. Imaging shall include the ability to perform coherent imaging and produce the equivalent of interferometric synthetic aperture radar (ISAR) type images with sub-meter and sub-meter/sec resolutions and the associated ability to perform simultaneous range and velocity measurements for precision tracking; (3) Airborne, Unmanned Aerial Vehicles (UAVs), and space-borne lidar systems development, prototyping, and deployment for the missions described in technology area (2) above; (4) Ground-to-space imaging and high altitude, airborne simulating, field evaluations of system concepts, subsystem components and integrated breadboard systems at the Air Force HI-CLASS, MSSS, MHPCC, and RME facilities on Maui and the Barking Sands facility on Kauai; and (5) Establishing a HI-CLASS real-time, high resolution tracking and imaging capability on the large aperture AEOS telescope in a monostatic configuration to serve as a state-of-the-art special R&D test facility. The NAICS code is 541710, size standard is 500 employees and this is an unrestricted acquisition. This is a follow-on requirement involving several Army and one Air Force contract, of which the current incumbent is Textron Systems Corporation. A significant amount of this requirement involves the modification, maintenance and/or operation of highly specialized equipment at the referenced sites, such as the HI-CLASS laser radar and Field Lidar Demonstration (FLD) breadboard oscillator, which are research prototypes. The Government has not maintained the design drawings; therefore, the current technology background required for the continued development of this equipment resides with the current contractor. All interested parties are requested to submit a Statement of Capability (SOC) outlining their capability to perform this work by 3:00 MDT, 23 June 2003. Based upon responses to this announcement, the Government may elect to set aside this acquisition for small businesses, qualifying 8(a) businesses, or historically black colleges, universities and minority institutions. CAPABILITY CRITERIA: Interested parties must be able to demonstrate their ability to manage a broad-based support effort in the technology areas stated above and have, or be capable of obtaining a SECRET Facility Clearance. The following criteria will be used in evaluating all responses to the synopsis: (1) Experience in and with the five technology areas described above in the past five years; (2) Availability of an adequate number of qualified personnel to support the effort, and; (3) Facilities: security clearances and storage facilities to support the work at the secret level. Prospective offerors should also include information regarding their ability to support the noted facilities and their previous relevant experience which is specific to the remote sites referenced. Include any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information. The statements of capability will be limited to 15 pages in addition to resumes and pertinent samples of documentation (i.e. design, characterization, field testing and lab facility reports), the latter not to exceed 10 pages. An original statement of capability and two (2) copies should be sent to Ms. Marialyn Achille-Argaez, Contract Specialist. Any responses not addressing all requirements will be rejected. Submit responses to Marialyn Achille-Argaez, AFRL/PKDB, 2251 Maxwell Ave. SE, Kirtland AFB NM 87117-5773 (or if hand-delivered to Marialyn Achille-Argaez, Bldg. 499 at the corner of Lowry and Carlisle, Room 127, Kirtland AFB, NM 87117-5773. The determination of the Government not to compete this proposed contract action based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms should indicate whether they are or not a small business, woman-owned, qualifying 8(a) businesses, certified Hub Zone small businesses, or historically black colleges, universities, and minority institutions (HBCU/MI). In order to receive a DoD contract, offerors must be registered in the DoD Central Contractor Registration (CCR) system and the U.S./Canada Joint Certification Program. For more information and on-line registration with CCR, see http://www.ccr.dlis.dla.mil. It is anticipated that contractors will have access to or will generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Services (DLIS) may submit offers. Contact US/Canada Joint Certification Office, DLIS, Federal Center, 74 Washington Ave, North, Battle Creek, Michigan 49017-3084 (1 (800) 352-3572) http://www.dlis.dla.mil/CCAL/ for further information on certification and the approval process. The offeror will be required to either submit a copy of the DLIS approved DD Form 2345 with a proposal or to the Contracting Officer if access to unclassified, limited distribution data is required to prepare the proposal in the event an open solicitation is issued for this requirement. Foreign-owned firms are advised to contact the Contracting Officer or the Program Manager before submitting a capabilities statement and/or proposal to determine whether there are restrictions on receiving an award. The contracting officer for this sources sought is Barbara M. Steinbock, (505) 846-2246.
 
Record
SN00333355-W 20030530/030528213301 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.