Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SPECIAL NOTICE

10 -- Wide Area Search Synthetic Aperture Radar (WASSAR) - PART 1 OF 2

Notice Date
5/15/2006
 
Notice Type
Special 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 - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-BAA-06-0001C
 
Response Due
6/20/2006
 
Archive Date
7/5/2006
 
Description
(PART 1 OF 2) A -- INTRODUCTION: The Air Force Research Laboratory, Munitions Directorate, Advanced Guidance Division (AFRL/MNGS) is interested in receiving white papers for development and demonstration of the Wide-Area Search Synthetic Aperture Radar (WASSAR) seeker 6.3 program, under this Special Amendment to the Armament Technology Broad Agency Announcement (BAA) MNK-BAA-06-0001. The objective of the program is to perform trade studies, design, develop, test and demonstrate a tactical brassboard seeker capable of autonomously searching, acquiring, tracking, classifying, and engaging ground mobile (moving and stationary) targets in adverse weather that may have a large location uncertainty. White paper submittals should reference ?MNK-BAA-06-0001C?. Where the instructions in MNK-BAA-06-0001 differ from the instructions in this Special Amendment, this document prevails. White papers should not exceed 30 letter-size pages, using either Arial or Times New Roman font, with not less than 12-point type size, and should be submitted no later than 1:30 PM Central Time to AFRL/MNK on 20 June 2006. White papers should include a Rough Order of Magnitude (ROM) cost for the WASSAR 6.3 Program, broken down by Contract Line Item Number (CLIN) (see Section B(2) below). It is anticipated that up to one of the white papers may be selected for further consideration, and its originator may subsequently be requested to submit formal written technical and cost proposals, with the intent of negotiating one contract for the WASSAR Program. Should award to an offeror selected to submit a proposal prove to not be in the government?s best interest (e.g., technical or cost issues), the government reserves the right to request a proposal from another white paper submitter. Seven hard copies and one electronic copy (on a CD or DVD) of the white paper should be submitted to the AFRL/MNK Contracting Office to the parties shown in Section F ? Points of Contact, paragraph (1). Email submissions will not be accepted. A confirmation of receipt will be emailed as white papers are received, assuming an email address is provided with the white paper. All submittals received will be reviewed and evaluated using the Evaluation Criteria found in Section E - Basis for Award. Offerors should be alert to any amendments that may be published. The Government reserves the right to amend due dates or other data as necessary, and to make awards without discussions. The Government will not assume that an offeror possesses any capability unless specifically addressed in the white paper. Alternate white papers will not be accepted for this acquisition. B-- REQUIREMENTS: (1) Program Background: Present-day Synthetic Aperture Radar (SAR) sensors are capable of producing high-resolution imagery in adverse weather conditions, and are used heavily in surveillance and reconnaissance. Current radar hardware and supporting electronics can be compactly packaged making them attractive for use in munitions seeker applications. These sensors can be configured to operate in a SAR and a Ground Moving Target Indication (GMTI) mode, which enables the same sensor to be used for detecting ground mobile (moving and stationary) targets. While SAR can be developed for classifying non-moving mobile targets, other techniques such as High Range Resolution (HRR) have demonstrated capability for moving target classification. The future evolution of multimode radar seekers is for weapons that require seekers six inches or less in diameter, and capable of engaging mobile targets with large location uncertainty in adverse weather (e.g.: rain, fog, airborne sand, snow). These new capabilities require high resolution as well as innovative signal processing techniques, to complete wide area search, acquire, track, classify and engagement roles. Future seekers are anticipated to use commercially available components and mature algorithms which will reduce cost and improve performance relative to current munition seeker systems. This program intends to concentrate on wide area search, direct attack missions, characteristic of long-range, high subsonic-speed, high altitude munitions. Under this effort, the proposed solutions will have to meet minimum system requirements and applicable parameters. These system requirements and applicable parameters are available to all qualified contractors. See Section C(5) below. (2) Program Tasking: The contract will be structured with a basic CLIN and two priced options. The Basic contract (CLIN 0001) and Options (CLINs 0002 and 0003) will include Phases 1, 2, and 3 of the development effort, respectively The three phases of the development effort are as follows: Phase 1 will include trade studies, system analyses and performance trades (to include modeling), concept of employment and system design. Phase 2 will include subsystem fabrication, subsystem integration, system integration and laboratory testing. Phase 3 will include system flight test and demonstration. In order to be eligible to proceed to the option phases of development, the offeror will be required to meet exit criteria as outlined below. (a) System Design Phase 1 Exit Criteria: Exit from Phase 1 will be based on the soundness of the design approach, and system design, as well as ability to address the system requirements and applicable parameters (Annex in Section C). The Critical Design Review (CDR) shall occur during month 9 of the contract and shall be the decision point for exercise of the Option for Phase 2. (b) Phase 2 Exit Criteria: Exit from Phase 2 will require system integration, lab verification testing, and will culminate with a System Verification Review (SVR) to demonstrate that the brassboard seeker hardware meets the performance objectives defined from the Phase 1 design. The SVR shall occur in month 30 of the contract and shall be the decision point for exercise of the Option for Phase 3. (c) Phase 3 Exit Criteria: Exit from Phase 3 will require successful demonstration of capabilities, to address the minimum system requirements and applicable parameters as listed in the technical annex. A demonstration of the seeker capabilities should take place during captive flight tests to include real-time wide area search, acquire, track, classification and terminal engagement sequence of representative mobile (moving and stationary) targets. Phase 3 will culminate with a Final Program Review in month 36 of the contract and will conclude the technical effort. (3) Test Support during Phase 3: The contractor shall be responsible for the planning and conducting of all necessary tests to include providing the test aircraft, ground support, aircraft maintenance and WASSAR seeker support equipment. The contractor shall take all responsibility to operate the captive flight tests activity, allowing the government to observe, attend contractor run test meetings and obtain contractor formatted test data and documentation as requested. Full up captive flight tests shall be accomplished at a location that is mutually agreeable to both the government and contractor. It is expected that both ground-based tests and captive flight tests will be conducted. (4) Contract Deliverables and Data Requirements: The following data submittals are required. Contractor format with Data Item Description (DID) tailoring is acceptable for all data deliverables. (a) Status Report: DI-MGMT-80368. Monthly technical status, man-hour and cost report. (b) Quarterly Contract Fund Status Report (CFSR): DI-MGMT-81468. (c) Contract Work Breakdown Structure Cost/Schedule Breakdown Structure: DI-MGMT-8133B. Delivery shall occur at the beginning of each phase and updates shall occur as necessary. (d) Project Planning Chart: DI-MGMT-80507A. Delivery shall occur at the beginning of each phase and updates shall occur as necessary. (e) Conference Agenda: DI-ADMN-81249A; Presentation Material: DI-ADMN-81373; and Conference Minutes: DI-ADMN-81250A for program reviews, see Section B(6). (f) Test Plan(s) and Test Report(s): DI-NDTI-80566, 80809B. For all significant testing, detailed system test results (airborne demonstration and lab based), test result interpretation and test configuration descriptions shall be addressed in the test report(s). In-Phase and Quadrature (I & Q) digital radar signal data in electronic contractor format, with parameters necessary for assessment of automatic target classification (ATC) algorithms will also be required as part of the test report(s). (g) Computer Software Product End Items: DI-MCCR-80700. Modeling and simulation software source code (i.e., simulation models) developed or purchased under the contract. (h) Final technical report (Scientific and Technical Reports): DI-MISC-80711A. The report shall include relevant data and results from all efforts conducted under the contract and shall be submitted electronically through secure means in Microsoft Word 2000 or later, or compatible format. The Government must be given authorization to read and write to the electronic document. (i) The contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (5) Meetings and Reviews: The contractor will be expected to conduct various meetings throughout the life of the program, including but not limited to a kickoff meeting at the beginning, a Preliminary Design Review (PDR) at month 5, a Critical Design Review (CDR) at month 9 for transition to Phase 2, a System Verification Review (SVR) at month 30 for transition to Phase 3 and a Final Review at month 36 to conclude the technical effort. Additional Interim Program Reviews (IPRs) shall be held quarterly by the contractor, however the frequency may vary some based on program need and agreed upon IPR dates (government and contractor). Each IPR shall specifically address any patents or inventions identified and/or pending as well as any proprietary issues. Critical decision points include the CDR and SVR, in which the government will make a decision if we are to proceed to the next phase. Reviews will be combined when they fall close to one another with government concurrence. The contractor shall also host weekly government ?contractor IPT teleconferences to discuss technical and programmatic status. The contractor is expected to host half of the reviews and meetings, and the Government will host half. The contractor may also propose to conduct or participate in other meetings with associate contractors, subcontractors, Government agencies, or other third parties, as deemed appropriate to the program. (6) Proprietary Items and Technical Data Rights: The offeror is instructed to address data rights assertions, licenses, patents, etc., in the white paper and formal proposal. This includes any proprietary materials, products, software, or processes to be used by the prime or subcontractor(s) in the performance of this program. For all technical data and computer software to be furnished with restrictions, provide a list IAW the format contained in DoD Federal Acquisition Regulation Supplement (DFARS) 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions (Jun 1995). (7) Security Requirements: A DD-254 is required and will be provided prior to contract award. Refer to the programmatic points of contact in Section F(2) for information on security requirements. (8) Special Requirements: International Traffic in Arms Regulations (Export control) applies. (PART 1 OF 2)
 
Record
SN01048170-W 20060517/060515220452 (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.