Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

A -- Symbiotic Communications (SYCO) PART 1 OF 2

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
Reference-Number-PRDA-04-01-IFKA
 
Point of Contact
Renee Arcuri, Contracting Officer, Phone (315) 330-4777, Fax (315) 330-8094,
 
E-Mail Address
Renee.Arcuri@rl.af.mil
 
Description
PRDA 04-01-IFKA PART 1 OF 2. Points of Contact: Dr. Reggie Brothers, DARPA Program Manager, (703) 696-2373, email rbrothers@darpa.mil; Mr. Robert J. Denton, Jr., AFRL Program Manager, (315) 330-7067, email robert.denton@rl.af.mil; Ms. Renee Arcuri, Contracting Officer, (315) 330-4777, email renee.arcuri@rl.af.mil. REFERENCE: DoD "Technology Readiness Assessment (TRA) Deskbook", issued by DUSD(S&T) in September 2003. May be accessed by going to the following Web address:http://www.if.afrl.af.mil/div/IFK/prda/prda-main.html, then scrolling down to PRDA 04-01-IFKA. The Defense Advanced Research Projects Agency (DARPA) Advanced Technology Office (ATO) and the Air Force Research Laboratory (AFRL) Sensors Directorate, Radar Technology Branch are seeking firms with directly related experience and qualifications to continue the research and development of innovative passive concepts and techniques for Interferometric Synthetic Aperture Radar (IFSAR) and Ground Moving Target Indication (GMTI), which was pursued during Phase 1 of the SYCO Program. Background: Recent experiences in Iraq, Afghanistan, Somalia, Bosnia, and Kosovo have called attention to the need for improved situational awareness for the planning and conduct of military operations. Future military operations will increasingly rely on accurate, persistent Intelligence Preparation of the Battlefield (IPB)/Common Relevant Operational Picture (CROP), available in a timely manner, day or night and during all weather conditions. Both products need knowledge and information derived from Ground Moving Target Indication (GMTI) radar detections, High Resolution Synthetic Aperture Radar (HRSAR) imagery and precise High Resolution Terrain Information (HRTI), all accurately geo-registered. As the Department of the Defense transforms to Network Centric Warfare, GMTI, HRSAR and/or HRTI may be provided to tactical forces directly, for precision targeting and weapons delivery. In this situation, passive radar operation (as provided by the SYCO concept) affords significant platform-survival and mission-covertness advantage in operations behind the lines. For GMTI detection, persistent surveillance is required to effectively monitor and track the intermittent movements of targets of high interest, especially behind enemy lines. Likewise, excellent quality HRSAR is needed on demand to provide recognition and categorization of stationary targets, for effective identification and weapons targeting. Program Objectives: The objective of the DARPA/AFRL Phase 2 Symbiotic Communications (SYCO) program is to develop an advanced airborne passive flight demonstration Breadboard or flight demonstration Prototype system that is capable of creating GMTI, HRSAR and HRTI using a specific uncooperative transmitter source. If the program continues beyond the Phase 2 Critical Design Review (CDR), then either a Breadboard or a Prototype flight demonstration system will be developed and demonstrated in Phase 2, depending on the contract option selected at CDR. The flight demonstration system is aimed at advancing the Technical Readiness Level of SYCO technology, which will subsequently be assessed within the framework mandated in the REFERENCE "Deskbook", which is posted on the SYCO PRDA website. Such assessments are used by DoD to determine the readiness of technology for transition to Acquisition programs. This flight demonstration system will be a multi-mode passive, bistatic radar capable of creating GMTI, HRSAR and HTTI products in adverse-weather, day/night operation. The desired capabilities of the flight demonstration system include, but are not limited to: [1] GMTI detection and tracking of moving ground targets (including dismounted troops); [2] HRSAR detection and geolocation of stationary military targets; [3] robust and reliable HRTI (relative and absolute accuracy and precision commensurate with NIMA defined Level 4, with a stretch goal of Level 5; [4] automated terrain categorization that can differentiate between wet versus dry ground (for trafficability estimation), and distinguish grass versus brush versus substantial trees; and [5] real time operation and data processing, if the Prototype option is selected. More detailed background and objectives information for SYCO Phase 2 is provided in the Classified Annex to this PRDA, which also provides the specific technical performance thresholds and goals for the effort. This Classified Annex is SECRET, and may be requested by qualified organizations possessing a current SECRET facility clearance from Mr. Robert J. Denton, Jr., AFRL Program Manager for SYCO, (315) 330-7067, email robert.denton@rl.af.mil. The security classification guidance for SYCO is embodied in the DARPA SYCO Security Classification Guide (CG-210 dated 15 February 2001), which is also included in this classified CD. In addition, all questions and answers discussed during Industry Day will also be included. Questions submitted after Industry Day are strongly encouraged to be submitted NLT 31 Dec 2003 in order to disseminate prior to proposal submission. Questions should be transmitted to Mr. Robert J. Denton, Jr., AFRL Program Manager for SYCO, email robert.denton@rl.af.mil, with a copy to the Contracting Officer, Renee Arcuri at Renee.Arcuri@rl.af.mil. Definitions: For purposes of this PRDA, the flight demonstration Breadboard and flight demonstration Prototype options are defined specifically as follows, consistent with the general concepts explained in the REFERENCE "Deskbook": [1] Flight Demonstration Breadboard: If the Government elects to continue the baseline effort at the time of CDR, the flight demonstration system will be developed and tested to provide Breadboard validation of the system. This implies that the basic technology will be integrated with reasonably realistic supporting elements in an airborne testbed environment. The equipment will not embody the weight, volume, power, thermal, form and fit requirements of the objective platform, and will not address real-time radar data processing. Certification testing will consider the thermal, mechanical, and electromagnetic interference (EMI) environments of the test platform only, not those of the objective platform. Associated system software will likewise conform to Breadboard software readiness level, which implies "alpha" version software, running on processors with characteristics expected in the operational environment. The contractor will initiate configuration control, and verification, validation and accreditation (VV&A), of the integrated flight system software. [2] Flight Demonstration Prototype: If the Government elects to exercise the alternative option at the time of CDR, the flight demonstration system will be developed and tested to provide a Prototype validation of the system in an airborne testbed environment. This option will include more detailed component testing, real time radar data processing and exploitation, airborne experimentation and validation, and participation in one field exercise, or demonstration, with Users. Under this option, the flight system equipment will be designed, developed and tested to meet the weight, volume, power, thermal, form, fit and function requirements of an objective platform to be selected by the Government. For planning and proposal purposes, the offerer should consider a large heavy-lift objective platform such as a C-130, Gulfstream G-4 or a rotary-wing platform such as an A-160. Similarly, associated Prototype system software will conform to prototype standards, which implies "beta" version software, running on processors with characteristics expected in the operational environment. The contractor will pursue configuration control, and verification, validation and accreditation (VV&A), of the integrated flight system software. Program Approach: SYCO Phase 1 was a design competition performed by General Dynamics Advanced Information Systems (formerly Veridian) and Sandia National Laboratory. The Phase 2 effort will build upon the achievements of Phase 1 and address the Program Objectives identified above, by focusing on the development, characterization and demonstration of an integrated airborne SYCO flight system. This effort will be contracted as a baseline flight demonstration Breadboard development effort, with a costed option for a flight demonstration Prototype post-CDR effort. The contractor will address both Breadboard and Prototype designs through CDR. The Prototype option, if elected, will be exercised at the Government GO/NO-GO Decision scheduled at CDR. The Prototype decision will be based on DARPA?s success in arranging internal Government agreements with a Military Service or Other Government Agency transition partner, for the transition of SYCO technologies to an operational application. This operational application?s objective platform characteristics will determine the form and fit requirements for the Prototype. The proposed program must be structured to allow either a Breadboard or Prototype development to proceed seamlessly after CDR, with no schedule interruption, no matter what decision is made. As such, an option for the continued breadboard development after CDR, and an option for the prototype after CDR must be proposed. Based on the number of proposals submitted, up to two contractor teams will compete in Phase 2 up to CDR. At CDR, a government GO/NO-GO Decision will be made to continue the program based on results accomplished by CDR, and if two teams are competing, a down selection will be made to continue a single contractor for either the baseline Breadboard program, or elect the Prototype option if a Government transition partner has been identified. The Phase 2 contractor will [1] rapidly develop the critical elements, including algorithms, software, and hardware components required by the SYCO concept, and integrate them into the airborne flight system, within the time-critical completion schedule and [2] proceed in a timely manner to execute and complete the SYCO flight system test and demonstration program. Critical milestones are: ?Estimated Phase 2 award date: 01 April 2004; ?Successful Preliminary Design Review (PDR) on/before 01 May 2004; ?Demonstrate Automated HRTI 4 production in the laboratory: 4Q-FY04; ? Critical Design Review (CDR): 1Q-FY05; ?GO/NO-GO Decision (and Breadboard vs. Prototype flight system selection): 1Q-FY05; ?Complete integrated flight system: -For Breadboard base system: 3Q-FY05; -For Prototype option: 4Q-FY05; ?Begin airborne experiments and demonstrations: -For Breadboard base system: 3Q-FY05; -For Prototype option: 4Q-FY05; ?Demonstrate long-dwell GMTI: -For Breadboard base system: 4Q-FY05; -For Prototype option: 2Q-FY06; ?Demonstrate airborne HRTI 4 production (with a stretch goal of Level 5): -For Breadboard base system: 3Q-FY05; -Real-time For Prototype option: 1Q-FY06; ?Conduct limited user testing (Prototype option only): 3Q-FY06 through 4Q-FY06 (Can be negotiated based on Service Partner?s desires); ?Phase 2 complete: -For Breadboard base system: 4Q-FY05; -For Prototype option: 4Q-FY06. The key aim of the flight system is to facilitate transfer of SYCO technology to military systems. The contractor will support the Government during the pre-CDR phase with user requirement analyses, data analysis and concept design studies, to address Service requirements and identification of future way ahead, e.g., transition to a Service Advanced Technology Demonstration (ATD) as a stepping stone to System Development and Demonstration (SDD). Specific attention will be given to assessments of the various target location errors (TLE), and system concepts for meeting Service TLE requirements. Specific attention will also be given to applications of coherent, non-coherent and polarimetric change detection technology to SYCO system design. Offerer Qualifications: As noted above, the SYCO Phase 2 PRDA competition is open to all qualified bidders. The Government is looking for contractor teams who can show recent direct experience in the airborne bistatic collection and exploitation of SYCO signal sources discussed in the classified annex to produce accurate and robust SAR, HRTI, and GMTI products. The team capabilities and experience should include (but not necessarily be limited to) the following: 1. Experience producing high-resolution (at least HRTI Level 4) IFSAR imagery to enhance targeting of high-precision weapons. 2. Experience utilizing exo-/endo-clutter approaches to achieve GMTI acquisition and tracking of multiple ground targets. 3. Experience exploiting polarimetric, high-resolution SAR and IFSAR to provide terrain categorization maps that are useful in determining trafficability and foliage coverage. 4. Experience developing real-time airborne hardware and software to Breadboard and Prototype standards as defined above, including real-time on-board radar signal processing, exploitation and reporting capabilities. 5. Experience developing an integrated system concept to produce and deliver quality real-time HRTI and GMTI products (as well as HRTI SAR-sub-mode products). 6. Experience planning and executing successful airborne radar test programs, and support of limited user testing. 7. Current possession and ability to provide significant testbed equipment to implement the flight system. 8. Processes currently in place to perform software configuration control and verification, validation and accreditation (VV&A) to the level required for Breadboard and Prototype standards as defined above. 9. Capable of conducting SDD and manufacturing of the flight system if the costed Prototype option is exercised. 10. Work to be performed will require SECRET facility clearance and safeguarding capability. Therefore, personnel identified for assignment to this effort and facilities proposed must be cleared for access to SECRET information at the time of award. Qualified bidders must currently possess sufficient SECRET level cleared facilities and personnel to execute the program. CONTINUED AT PRDA 04-01-IFKA PART 2 OF 2.
 
Record
SN00490547-W 20031218/031216212100 (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.