Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

A -- Next Generation Sensor Concepts

Notice Date
12/21/2005
 
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 - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
Reference-Number-BAA-06-06-IFKA
 
Description
NAICS CODE: 541710 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information & Sensors Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Next Generation Sensor Concepts ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 06-06-IFKA CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 06 should be submitted by 12 January 2006; FY 07 by 1 May 06 and FY 08 by 1 May 07. White papers will be accepted until 2pm Eastern time on 30 September 2008, but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. See Section IV of this announcement for further details. I. FUNDING OPPORTUNITY DESCRIPTION: Next Generation Sensor Concepts. 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 Intelligence, Surveillance and Reconnaissance (ISR) 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. The successful application of these approaches will require a broad spectrum of expertise, covering hardware, software, and systems technology. Multi-Intelligence Sensor Technology (MIST). AFRL Rome Research Site is also soliciting white papers that address the design, development, and execution of a multi-function, multi-mission demonstration involving an X-band radar, UHF radar, and an ESM system installed on an airborne test bed. At a minimum, the MIST should demonstrate real time sensor control of the following functions: UHF radar performing AMTI search and coarse tracking of airborne targets, X-band radar performing high accuracy tracking of airborne targets handed over by the UHF system via the sensor controller, X-band radar detecting and tracking ground moving targets, SAR imaging of stationary targets using X-band radar, the geo-location of ground targets by the X-Band radar based on a cue from the ESM system (RF emission from ground target) via the sensor controller, and the collection of sensor data to support automatic target cuing (ATC) and automatic target recognition (ATR) algorithm development/evaluation. Demonstration of additional capabilities, including true simultaneous SAR-GMTI and Combat ID, are also of interest. The technical point of contact for the MIST topic area is Dr. Jeff Carlo, AFRL/SNRD, 315-330-7839. II. AWARD INFORMATION: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 06 - $16.6M; FY 07 - $16.7M and FY 08 - $16.6M. Individual awards for the Next Generation Sensor Concepts topic area will not normally exceed 36 months with dollar amounts ranging between $100K to $1M per year. Individual awards for the MIST topic area will consist of the following: Feasibility Study: A 3 month feasibility study, with a projected expenditure of $250K per contract, will design and lay out the airborne demonstration. It is anticipated that 2-3 awards will be made for the feasibility study, expected to commence in May-June 2006 time frame. Option 1: The focus of Option 1 will be to identify and demonstrate long pole technologies leveraged in the multi-function, multi-mission demonstration. Option 1 is expected to cost $400K over a 5 month period, with an anticipated start date around Sep 2006. Option 2: Option 2 will consist of executing the demonstration identified in the feasibility study. The demonstration for Option 2 should, to the extent possible, maximize the use of existing government and contractor hardware and software. Option 2 is expected to be a 30 month effort costing approximately $11M, with an anticipated start date around either Jan 2007 or Sep 2006, depending upon whether or not option 1 is exercised. Option 2a: In addition, $10M could potentially be made available to incorporate structurally integrated UHF and X-band aperture technology, currently being developed under AFRL/VA?s SIXA and LOBSTAR programs, as part of the demonstration in Option 2. The POC for the SIXA program is Mr. William Baron, (937) 904-4758, and the POC for the LOBSTAR program is Mr. James Tuss, (937) 656-5753. The feasibility study should develop an approach that can be implemented for $11M (Option 2), as well as an approach totaling $21M (including Option 2a) that incorporates structurally integrated apertures. These costs should include test range costs as well as test target costs. Based on the results of the feasibility study one contract award will be made that is inclusive of all options. Awards of efforts as a result of this announcement will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting office focal point, Lori L. Smith, Contracting Officer, telephone (315) 330-1955 or e-mail Lori.Smith@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 06-06-IFKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITING WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. See Section VI of this announcement for further details. For additional information, a copy of the AFRL/Rome Research Sites "Broad Agency Announcement (BAA): A Guide for Industry," Aug 2005, may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.doc. 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 5 copies of a 3 to 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, Estimated Cost of Task, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. 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 the technical POC, as discussed in paragraph five of this section. 3. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 06 should be submitted by 12 January 2006; FY 07 by 1 May 06 and FY 08 by 1 May 07. White papers will be accepted until 2pm Eastern time on 30 September 2008, but it is less likely that funding will be available in each respective fiscal year after the dates cited. Submission of white papers will be regulated in accordance with FAR 15.208. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/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. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY, are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Elaine Kordyban, AFRL/SNRD, 26 Electronic Parkway, Rome NY 13441-4514. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 06-06-IFKA. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in equal order of importance, 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: (1) the overall scientific and/or technical merits of the proposal, (2) the innovativeness of the proposed approach and/or technologies, (3) the applicability of the proposed technologies to proposed and legacy military electronic systems, and (4) the reasonableness and realism of the proposed costs and fees (if any). Also, consideration will be given to past and present performance on recent Government contracts, and the capacity and capability to achieve the objectives of this BAA. No further evaluation criteria will be used in selecting white papers/proposals. Individual white paper/proposal evaluations will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. 2. REVIEW AND SELECTION PROCESS: Only Government employees will evaluate the white papers/proposals for selection. 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 the administrative support contract, 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." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. 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 and shall include a detailed statement of the basis for the objection. VI. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: 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 holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. 3. REPORTING: Once a proposal has been selected for award, offeror?s will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding its use. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Elaine Kordyban Telephone: (315) 330-4854 Email: Elaine.Kordyban@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lori Smith Telephone (315) 330-1955 Email: Lori.Smith@rl.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00956017-W 20051223/051221212029 (fbodaily.com)
 
Source
FedBizOpps 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.