Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

A -- Adaptive Photonic Phase-Locked Elements (APPLE)

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, OH, 45433-7801
 
ZIP Code
45433-7801
 
Solicitation Number
Reference-Number-RFI-04-PKDA-APPLE
 
Archive Date
11/12/2004
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR Adaptive Photonic Phase-Locked Elements (APPLE). The technical areas of interest are all technologies required to build an array of sub-apertures capable of transmitting, receiving, and rapidly steering spatially phased optical energy and images in which each sub-aperture should be transmissive. AFRL and DARPA are interested in demonstrating a modular, scaleable architecture capable of scaling to large apertures and high powers. Objective at program?s end is for the components, as well as the entire system, to be available commercially. Compensating for atmospheric effects is required as part of any technical approach. Primary wavelengths are approximately 1.5 microns and 1 micron. The Government contemplates a program which would consist of 2 or 3 phases. The first phase is expected to be 12 months. The total program length is expected to be up to 5 years. Goals for the first phase include: transmissive optical phased array sub-aperture elements of 2 cm diameter or more. Actual shape of the sub-aperture elements is a trade space item. Less than 2 msec beam switching time, greater than 50 percent fill array factor, and, an array strell ratio of at least 60 percent, and imaging on receive with resolution at least a factor of two beyond the diffraction limited resolution of a single sub-aperture. The array of sub-apertures should include at least one sub-aperture surrounded on all sides by other sub-apertures. Nonmechanical beam steering should be continuous to at least 20 degrees in any direction, covering a field of regard of at least 40 degrees. Algorithms should be demonstrated to allow for necessary atmospheric compensation to meet final program goals. Over-all transmission efficiency from electrical power to far field energy steered to 20 degrees in any direction should exceed 1 percent, and be higher for smaller angle beam steering. Goals for the final phase are expected to be as follows: Demonstration of a half meter array of sub-apertures using 100 or fewer sub-apertures, including the ability to compensate for any atmospheric effects in real time. The demonstrated technology should be scaleable to powers of at least 100 kW for the weapon application and one or more kilowatts for the sensing application. A significant fraction of those power levels should be demonstrated in this program. An array fill factor of greater then 90 percent is desired and a strell ratio greater than 90 percent. Efficiency from electrical power to a far field transmitted beam steered to a 45 degree angle in any direction should exceed 7 percent. Total efficiency at smaller steering angles should be higher. Imaging resolution through moderate turbulence should be within a factor of 1.5 of a monolithic unsteered beam emitted from a half meter aperture through clear air or vacuum. Steering time should be under 1 millisecond from any location in the field of regard to any other location. As a goal any sub-aperture, or any combinations of sub-apertures, should be capable of being used independently for all functions. Vendors who are capable of providing the services stated above shall fully identify their interest and submit, in writing, information documenting their qualifications and capabilities to meet the requirements stated above within 15 days after publication of this synopsis. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis, and will not be considered. Other business opportunities for the Air Force Research Laboratory are available at www.fedbizopps.gov. Direct questions to the Contracting point of contact identified in the announcement. Reference Numbered Note 25.*** Note 22*** The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Record
SN00699709-W 20041029/041027211815 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.