Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2008 FBO #2280
SOLICITATION NOTICE

A -- Laser ISR (Intelligence, Surveillance, Reconnaissance) Systems and Applications (LISA)

Notice Date
2/21/2008
 
Notice Type
Solicitation Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, NM, 87117, UNITED STATES
 
ZIP Code
87117
 
Solicitation Number
FA9451-08-R-0002
 
Archive Date
6/15/2008
 
Point of Contact
Jill Wodocheck, Contracting Officer, Phone 505-853-3309, Fax 505-853-3398
 
E-Mail Address
jill.wodochek@kirtland.af.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
NOTICE OF CONTRACT ACTION (NOCA). Contractual or Business Point of Contact - Jill Wodochek, Contracting Officer, Phone (505) 846-4417, Fax (505) 853-3398, Email Jill.Wodochek@kirtland.af.mil. Technical Point of Contact - Lt. Chad St. Arnauld (505) 853-6281, Email Chad.StArnauld@kirtland.af.mil This announcement is to notify all interested parties that the Air Force Research Laboratory (AFRL), Directed Energy Directorate (RD), Kirtland AFB, NM at Kirtland AFB, NM anticipates releasing a solicitation FA9451-08-R-0002 on or about 13 March 2008 for Laser ISR (Intelligence, Surveillance, Reconnaissance) Systems and Applications (LISA). SOO Area 1, 3, and 4 will be solicited on a full and open competition basis. SOO Area 2 will be solicited as a small business set aside. No Draft Request for Proposal (DRFP) will be issued for this acquisition; however, documents contained in the RFP will be immediately uploaded on the FedBizOpps electronic posting system as they become available and may be downloaded at the Internet site: http://www.fedbizopps.gov. Amendments and questions and answers concerning the announcement will be posted exclusively on FedBizOpps. All posted information will clearly display its date of posting. Offerors are reminded of the requirement to acknowledge all amendments in their proposal. An indefinite-delivery/indefinite-quantity, (IDIQ) task order type contract is contemplated for each SOO Area. It is anticipated that the resultant contracts will have Cost Plus Fixed Fee (CPFF) as well as Firm Fixed Price (FFP) Contract Line Items (CLINs). The contractual effort will consist of one (1) award for a contract with an ordering period of five (5) years from the date of award. The estimated program value is $49.9M and is expected to be broken down as follows: SOO Area 1 - Airborne ISR Laser Turret Technology Development, Engineering, and Maintenance, $34M SOO Area 2 - (Small Business Set Aside) Imaging Sensor Systems, Broad Area Surveillance, and Sensor Fusion, $7.9M SOO Area 3 - Advanced Sensors and CW Lasers, $4M SOO Area 4 - Advanced Designator Imager Lasers, $4M This estimated dollar amount is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period. The overall security classification of the contract is expected to be SECRET. Offerors are required to state whether they are a small business, qualifying 8(a) business, or historically black college, university and minority institution. BACKGROUND: The Air Force Research Laboratory, Directed Energy Directorate (AFRL/RDS) is seeking a contract to support research and development for the Laser ISR (Intelligence, Surveillance, Reconnaissance) Systems and Applications (LISA) program. LISA Program Objectives: Crucial to next generation of warfighting systems will be the further development of ISR turrets and airborne sensor systems exploiting new technologies in airborne mounted lasers and sensors for imaging reconnaissance, target identification, laser designation, battle damage assessment, and for active remote laser sensing. This task aims at developing emerging ISR technologies such as Short-Wave Infrared (SWIR) and laser sensors, CW (Continuous Wave) laser sources, integrated signal processing, and advanced optics from the R&D military marketplace and commercial marketplace and inserting them sustainably onto the USA?s current battlefields. Four contracts are contemplated, one in each of the following areas as described by the Statements of Objectives (SOO): SOO Area 1 - Airborne ISR Laser Turret Technology Development, Engineering, and Maintenance ($34M) The Government requires airborne ISR turret technology development, engineering, and maintenance to upgrade assets to provide new capabilities for targeting, INTEL, and ISR on Government and contractor warfighter platforms. The contractor shall provide all of the technology development, management, materials, supplies, engineering, and expertise to complete the following tasks in turret modification for new sensors: prototype development for custom ISR turrets for use on Government or contractor aircraft or other programs, supply, engineering, repair, logistics, and training The Engineer Support Program (ESP) is required to cover technology development of sensors and turret systems capabilities, logistics, maintenance, and training, to monitor, repair, maintain, upgrade, and acquire new airborne ISR turrets and sensors, and provide new technology to enhance the Persistent Threat Detection System (PTDS) and Airborne Reconnaissance Low (PM ARL) airborne turret systems. The contractor shall produce technology studies related to current or proposed hardware and software, and engineering for integration, adaptation, upgrade, or modification of contractor provided products for use on Government and contractor platforms. The contractor shall provide related training and materials for each capability upgrade. Small Business Set Aside - SOO Area 2 - Imaging Sensor Systems, Broad Area Surveillance, and Sensor Fusion for US Army's Airborne Reconnaissance Low (PM ARL) programs ($7.9M) The Government requires technology development of new imaging sensor systems, and enhancements of current technology including research and development, hardware engineering, equipment delivery, and signal processing used to increase the utility of the Taskforce Odin and US Army PeARL collection systems now operating on multiple aircraft in OIF. These technology developments, installations, and upgrades will have an immediate impact in adding additional capabilities in supplying critical information during the planning and operation stages of operations in theater. For Hardware Development: The contractor will develop capabilities that will immediately upgrade current assets in the field. This includes (1) R&D, hardware engineering, and continuing development of the cluster processor hardware and operating system; (2) Upgrading the PeARL system used in Taskforce Odin operations during USAF/Army/UAV missions; and (3) Other hardware technology development activities to reflect the continuing changes in the commercial marketplace. For Signal Processing: The contractor will provide (1) Map servers which will provide near real-time image maps to ground troops; (2) A real-time Map Server product which will be viewed with the commercial product, Google Earth; and (3) Other special signal processing advances to address the changes in the threat tactics and changes in the marketplace. For Advanced Algorithms: The contractor will develop advanced algorithms for (1) Change detection/tracking/target ID/3-D extraction/4-D Earth viewer; (2) Road monitoring/HUMINT validation/integration with higher level systems; and (3) Synthesis, development, and testing of algorithms to address changes in the threat environment. For Software Engineering: The contractor shall (1) Develop code to support TByte memory management/access and bus architecture; (2) Ground truth registration validations; and (3) Upgrade the sensor system architecture to incorporate advances in the commercial marketplace. For Sensor Fusion: The contractor shall extend the intelligence capabilities of the Taskforce Odin imaging system to other related and peer sensor systems. Activities will include (1) Development of image maps using near-IR and FLIR imagery and creation of map overlays for these additional systems; (2) Incorporate advances in camera technologies that are being released to the commercial marketplace; and (3) Expand the system capabilities to incorporate prototype sensors of interest to Army and USAF supported technologies. For Common Architecture Fusion: The contractor shall interface the technologies developed into the existing common architecture developed within DoD. Activities will include (1) Fusion of diverse sensor types such as mapping, imaging, and ultimately, any sensor with geo-registration requirements to include MWIR, LWIR, FLIR, LGW, SAR, GIS and others; and (2) The development of interfaces with these sensors to permit efficient communications and interchange of data. The contractor will supply repair, support, and training for this technical effort. SOO Area 3 - Advanced Sensors and CW Lasers ($4M) The Government requires technology development of concepts and sensors toward potential designs and applications for active and passive Short-Wave Infrared (SWIR) sensor systems for INTEL and laser ISR systems. The contractor shall provide all of the materials, supplies, engineering, and expertise for design, development, fabrication, integration, prototype development, testing, and fielding of active and passive electro-optic (EO) and infrared sensors and lasers. The contractor will develop standard "off the shelf" SWIR sensors and lasers that ensure a standard, and yet upgradable, set of assets ready to provide new capabilities for targeting, INTEL, and ISR on Government and contractor warfighter platforms. The contractor will provide engineering and evaluation to help define and conceptualize a potential design effort of an active SWIR sensor prototype for integration into a turreted platform. The contractor will build a standard "off the shelf" SWIR sensor that includes the following features: high sensitivity; low noise; InGaAs 640 x 512 pixel focal plane array; automatic signal processing in the areas of automatic gain control (AGC), electronic zoom, video image averaging; and with selected inputs and options as to make the sensor uniquely useful to a wide base of DoD and other agency customers. Similarly, the contractor shall develop laser technology appropriate to this sensor. The contractor will link the development, or other related development work, to possible engineering solutions for USAF, Navy, gunship, or other platform type applications and development of alternate sensors for larger longer range platforms and develop such equipment, along with complete plans for integration and test into USAF or other agency assets. The contractor will provide sensor system, design, analysis, modeling, and integration activities to adapt various sensor technologies in order to optimize the development of a turreted system, or adaptations to other sensor platforms. Various sensor technologies will be evaluated and modeled to create a database for the Government and ensure all aspects of the technologies meet the Government's or customer's goals. The intent of this phase will be to build the optimized technology, integrate the technology, and perform flight test on the technology. SOO Area 4 - Advanced Designator Imager Lasers ($4M) The Government requires development of new designation and imaging solid-state pumped lasers, as well as upgrading of current systems, for airborne laser guided weapons targeting, laser radars, and laser ISR. These systems will have an immediate impact on warfighter targeting systems with longer ranges, new wavelengths, and new efficiencies in manufacture and performance. The contractor will develop preliminary designs, analysis, and a technology plan for airborne solid-state laser systems for laser designation and ISR missions as well as perform necessary laboratory solid-state laser experiments and demonstrations consistent with the above approaches. These experiments and demonstrations would lead to a potential laser system approach suitable for UAV, helicopter, light aircraft, and other air and ground implementations. The contractor will (1) Develop new technologies for thermal management, extended life, and reduced life-cycle laser system costs; (2) Develop more efficient laser cooling schemes and architectures for ease of use; (3) Plan, conduct, and analyze associated design verification tests to enhance the critical design and fabrication of the sensor package for the manned aircraft integration and demonstrations; (4) Complete a design and design review for an eye-safe, illuminator/imager sensor package which will be demonstrated on a manned aircraft in a standard DoD deployed inventory turret; (5) Fabricate and integrate this illuminator/imager sensor package and conduct ground tests prior to flight testing; (6) Integrate the illuminator/imager sensor package onboard a manned aircraft (to be identified during the critical design phase) and conduct a series of flight tests/demonstrations to evaluate the sensor?s performance characteristics; and (7) Develop a streamlined qualification process for significantly reducing laser qualifications cost and duration so that new technology enters the market at greatly reduced prices to DoD and other agencies. OMBUDSMAN: An ombudsman has been appointed to hear and facilitate the resolution of concerns from potential offerors and others for this acquisition. The ombudsmen are Sue Hunter, sue.hunter@wpaft.af.mil or alternate Amy Smith amy.smity@wpafb.af.mil. The NAICS code is 541712, size standard is 500 employees. Foreign-owned firms are advised to contact the contracting officer prior to any proposal submission. This acquisition may involve technology and/or may require access to Military Critical Technical Data that is subject to Export Control laws and regulations. Only offerors who are registered and certified with the Defense Logistics Information Service (DLIS) may submit proposals. Contact DLIS, 74 North Washington, Battle Creek, Michigan 49016-4312 (1-800-352-3572) or www.dlis.dla.mil for further information on certification and the approval process. All offerors are reminded that they must be registered in the Central Contracting Registration (CCR). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/FA9451-08-R-0002/listing.html)
 
Record
SN01514385-F 20080223/080221230519 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.