Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2005 FBO #1420
MODIFICATION

A -- Advanced Sensor Technology Surveillance, Research and Development

Notice Date
10/14/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-BAA-03-05-IFKA
 
Point of Contact
Arnold Kloven, Contracting Officer, Phone (315) 330-4767, Fax (315) 330-8082,
 
E-Mail Address
klovenj@rl.af.mil
 
Description
The purpose of this modification is to republish the original announcement pursuant to FAR 35.016(c). Previous modifications are incorporated into this republishing, as well as adding an additional topic area entitled "Passive Sensing". No other changes have been made. Technical POC/ Program Manager, Ms. Elaine C. Kordyban, AFRL/SNRD, 26 Electronic Parkway, Rome, NY, 13441-4514, telephone: (315) 330-4854, email: Elaine.Kordyban@rlaf.mil. Contracting POC: AFRL/IFKA, Lori L. Smith, Contracting Officer, 26 Electronic Parkway, NY 13441-4514, telephone: (315) 330-1955, email: Lori.Smith@rl.af.mil. AFRL Rome Research Site is soliciting white papers for innovative approaches in the area of advanced radar technology that will overcome deficiencies in existing and planned radar systems to detect, track, and identify aircraft, missiles, spacecraft, space debris, ground vehicles, and subsurface complexes in clutter and countermeasure environments. The survivability of new and existing systems must also be improved without the use of decoys. Upgrades to existing ISR (Intelligence, Surveillance and Reconnaissance) Platforms and demonstrations to support transition to the next level of technology development, and evolutions to new sensors and concepts (Unmanned Air Vehicles, Space Based Platforms, etc.) need to be addressed. Sensor concepts should include multiple configurations with characteristics supporting diverse multimission requirements including Airborne Moving Target Indicator (AMTI), Ground Moving Target Indicator (GMTI) and Synthetic Aperture Radar (SAR), Multiband SAR/Tomographic Imaging features, and Foliage Penetrating (FOPEN) Radar. These concepts include both Monostatic and Multistatic solutions. Lookdown Bistatic concepts should include bistatic receivers using radiators of opportunity (TV, FM etc.) with large wideband receive antennas. Areas of interest include new and innovative advances in system architectures, hardware, software and/or signal processing algorithm improvements, diverse transmit waveforms, survivability, positional estimation improvements, unique concepts in radar system design, Multi-Basing Look Down Surveillance (Air and Space), Augmentation of Reconnaissance Capabilities (development of new surveillance capabilities in Reconnaissance sensors), Ground Penetrating Radar, Bistatic/Multistatic Radar (Non-cooperative emitter stand alone sensors and Cooperative augmentation of existing ISR Platforms through UAVs), the architecture and signal processing for expendable UAV radar probes and theater missile defense. Additional technology areas include the measurement, test, analysis and modeling efforts that are required to support the development of advanced radar systems. The primary emphasis is to identify and demonstrate promising technologies for both monostatic and multistatic radar sensors in the areas of Space Time Adaptive Processing, both Adaptive and Knowledge Based (KB), Multi-Channel Signal Processing Techniques, Innovative and Wideband Processing Techniques, Multi-Dimensional Processing Techniques, Improved radar system performance developments in spread doppler clutter environment for a theater application and, in general, technologies that may significantly improve the performance of advanced radar systems. In some cases, AFRL Rome may be able to provide further information. Contact the technical POC. The successful application of these approaches will require a broad spectrum of expertise, covering hardware, software, and systems technology. Passive Sensing: AFRL Rome Research Site is also soliciting white papers for efforts to develop technology to support a passive sensing capability for Intelligence, Surveillance and Reconnaissance (ISR) and strike functions providing Ground Moving Target Indication (GMTI), Synthetic Array Radar (SAR), Interferometric SAR (IFSAR), Electronic Support (ES) and Electro Optical/Infrared (EO/IR) with no gaps in temporal/spatial/spectral coverage. The effort will occur over a 36 month period, with a projected expenditure of $3.2 M. The objective of this effort is to provide a comprehensive and quiet sensor capable of sensing and exploiting the entire RF spectrum. This sensor is envisioned to meld the surveillance capabilities of a passive radar (commonly known as bistatics) with the capabilities of an advanced ESM suite resulting in an advanced sensor that shares, as much as possible, a common architecture, aperture and information. We wish to develop a sensor with the following operational capabilities: Shared resource management; common antenna and receiver; ISR Surveillance capability; ES; ES Cueing of radar; adaptive control; improved resistance to jamming; sources provide ESM Identification plus LPI radar illumination; greater ESM sensitivity; and scanning phased array for radar. For the sensor development, it will be necessary to perform system functional analysis of both passive radar and ESM systems to determine common functions that can be combined into a single unit, determine receiver key performance metrics and conduct trade-off studies to determine architecture performance. The recommended date for the submission of white papers for this topic area (passive sensing) is 14 Nov 2005. The technical point of contact for this topic area is Paul Gilgallon, AFRL/SNRD, 315-330-4409. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5) copies of a three (3) to five (5) page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: Section A: Title, Period of Performance, Cost of Task, Name of Company; Section B: Task Objective; and Section C: Technical Summary. Multiple white papers within the purview of this announcement may be submitted by each offeror. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch Offerors must mark their submissions with the restrictive language stated in FAR 15.609(a). In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, a fax number, and an e-mail address with their submission. All responses to this announcement must be addressed to ATTN: Elaine C. Kordyban, Rome Research Site/SNRD, 26 Electronic Parkway, Rome NY 13441-4514 and reference BAA-03-05-IFKA. Multiple white papers within the purview of this announcement may be submitted by each offeror. This BAA is open and effective until 30 Sep 06. It is recommended that white papers be received by the following dates to maximize the possibility of award. White papers for FY03 should be submitted by 15 Apr 03. White papers for the out years should be submitted as follows: FY 04 ? 15 Apr; FY 05 ? 15 Apr 05; and, FY 06 ? 15 Apr 06. White papers will be accepted at any time, but it is less likely that funding will be available in each respective Fiscal Year after the dates cited. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Such invitation does not assure that the submitting organization will be awarded a contract. 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, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. The following criteria will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government, which are listed in descending order of importance: (1) Overall Scientific and Technical Merit -- Including the approach for the development and/or enhancement of the proposed technology and its evaluation, (2) Related Experience -- The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Openness/Maturity of Solution -- The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, and (4) Best Value --Reasonableness and realism of proposed costs and fees (if any). Also, consideration will be given to other factors such as past and present performance on recent Government contracts, and the capacity and capability to achieve the objectives of this BAA. Individual white paper/proposal evaluations will be based on acceptability or unacceptability without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. All responsible organizations may submit a white paper/proposal which shall be considered. Awards of efforts as a result of this BAA will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. Options are discouraged and unpriced options will not be considered for award. Complete instructions for proposal preparation will be forwarded with the invitations for proposal submissions. Principal funding of this BAA and the anticipated award of contracts will start approximately the third quarter of FY03. Individual awards will not normally exceed 36 months with dollar amounts ranging between $100,000 to $1M per year. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 03 - $8M; FY 04 - $14M; FY 05 - $14M; and, FY 06 - $13.9M. Total funding for this BAA is approximately $49.9M. An informational briefing/industry day is not planned. Depending on the work to be performed, the offeror may require a SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms on the Certified Contractor Access List (CCAL) will be allowed access to such data. Foreign allied participation is allowed of the following countries: France, Germany, Greece, Israel, Italy, Luxembourg, Netherlands, Australia, Austria, Belgium, Canada, Denmark, Egypt, Finland, Norway, Portugal, Spain, Sweden, Switzerland, Turkey and United Kingdom. Questions, clarification, or concerns from offerors or potential offerors during the proposal development phase of this acquisition should be communicated directly to the IFKA Contracting Officer, Lori L. Smith, telephone (315) 330-1955 or e-mail Lori.Smith@rl.af.mil. The email must reference the title and solicitation number of the acquisition. A copy of the Rome "BAA& PRDA: A Guide for Industry," Sep 1996 (Rev), may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.html. The Air Force Research Laboratory's Information Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in this contract or order, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the contracting officer within 10 days of issuance of this announcement and shall include a detailed statement of the basis for the objection. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. This BAA is open and effective until 30 Sep 2006.
 
Record
SN00915948-W 20051016/051014211942 (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.