Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1997 PSA#1886

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ELECTROMAGNECTIC SCATTERING FROM CANONICAL BODIES SOL PRDA NO. 97-22-AAK DUE 082897 POC Tom Rogers, Contract Negotiator, (937) 255-5201 or Ken Smith, Contracting Officer, (937) 255-5201 E-MAIL: click here to contact the contract negotiator, rogerstb@aa.wpafb.af.mil. INTRODUCTION: Wright Laboratory (WL/AAKR) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 28 August 97, 1500 hours Eastern Daylight Time, addressed to WL/AAKR, 2530 C Street, WPAFB OH 45433, Attn: Tom Rogers. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10; a copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any amendments that may be published. This PRDA may be amended to allow subsequent submissions after proposal dates. Offerors should request a copy of the Wright Laboratory Guide entitled, "PRDA and BAA Guide for Industry." This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/PKO, Wright-Patterson AFB OH 45433-7607, telephone (937) 255-6969. B -- REQUIREMENTS: (1) Technical Description: This project, "Electromagnetic Scattering from Canonical Bodies," is intended to define and demonstrate the current state-of-the-art in computational electromagnetics (CEM). The goal is to quantify the ability of several promising CEM methods to accurately model the monostatic scattering from a set of well-defined targets for which high-quality radar cross section (RCS) measurement data exists. Along with accuracy, the computational resources required by the CEM methods will be assessed as well. The objective of this project is to advance the state-of-the-art of RCS measurement technology. The goal is to demonstrate the ability of current CEM techniques, as embodied in computer software, to accurately predict the RCS of several canonical bodies with the intent of using the bodies as calibration standards. The objective shall be achieved by selecting several suitable canonical bodies and several suitable CEM techniques for each body. For each canonical body/CEM technique combination, an appropriate "computation matrix" of frequencies, aspect angles, and polarizations will be selected and the CEM technique will be used to predict the RCS of the canonical body for each element of the matrix. It is not anticipated that any software development will be undertaken in this project. Instead, currently existing CEM software is expected to be used to generate the RCS data. The use of proprietary software is anticipated. The contractor is expected to use the contractor's in-house computer resources, though each contractor may be offered use of Government-owned High Performance Computing (HPC) resources. It is anticipated that the CEM software used in this project is mature and capable of producing accurate RCS predictions given an accurate representation of the geometry of the canonical body. Therefore, the contractors will not be given "truth data" with which to compare their computations, but they will be given an accurate geometrical definition of the canonical body. When the canonical body can be analytically described, its analytical parameters will be provided by the Government; when it cannot be analytically described, the Government will provide a suitably accurate and precise surface grid for the canonical body. A set of six perfectly conducting, canonical bodies has been selected. Each computation will consist of a set of frequency sweeps, azimuth sweeps, elevation sweeps, and aspect fills; all four polarizations (two in-pol and two cross-pol) will be computed for each fill/sweep. A frequency sweep consists of fixing the aspect angle and sampling the RCS between a lower frequency limit and an upper frequency limit with a uniform interval, delta-f. As a minimum, these frequency sweeps will be from 2 -- 18 GHz every delta-f. An azimuth sweep consists of fixing the frequency and elevation angle, and sampling the RCS between a lower azimuth limit and an upper azimuth limit with a uniform interval, delta-phi. An elevation sweep consists of fixing the frequency and azimuth angle, and sampling the RCS between a lower elevation limit and an upper elevation limit with a uniform interval, delta-theta. An aspect fill consists of fixing the frequency, and then sampling the RCS in a solid angle defined by a lower azimuth limit, an upper azimuth limit, a lower elevation limit, and an upper elevation limit with a uniform azimuth interval, delta-phi, and a uniform elevation interval, delta-theta. The intervals are limited by Nyquist criteria. The angular intervals shall not exceed 2L/wavelength where L is the maximum length of the target. The frequency limit shall not exceed c/(2L) where c is the speed of light in a vacuum. The six targets intended for study are described as follows: Target #1 is an ogive defined in the paper entitled "Benchmark Radar Targets for theValidation of Computational Electromagnetics" published in the IEEE Antenna & Propagation Magazine, Vol. 35, No.1, February, 1993. The ogive has a half angle of 22.62 degrees, a half length of 5 inches, and a maximum radius of 1 inch. There will be 12 frequency sweeps, each at a different elevation angle. There will be 12 elevation sweeps (from zero to 180 degrees every delta-theta), each at a different frequency. Target #2 is a right circular cylinder with 9 inches in diameter and 4.2 inches in height. There will be 12 frequency sweeps, each at a different elevation angle. There will be 12 elevation sweeps (from zero to 180 degrees every delta-theta), each at a different frequency. Target #3 is an ogive with the same dimensions as Target # 1 except that a rectangular groove is cut along its waist. The rectangular groove is 0.25 inches wide and 0.25 inches deep. There will be 12 frequency sweeps, each at a different elevation angle. There will be 12 elevation sweeps (from zero to 180 degrees every delta-theta), each at a different frequency. Target #4 is a modified bicone. The modification consists of two 0.0625-inch thick triangular shape flat plates affixed to the top and bottom of the bicone to reduce diffractions from the bicone terminations. The height of the bicone is 8.5 inches and the diameter is 9.5 inches. The length from the tip of the triangular plate to the rounded edge of the bicone is 22.75 inches. There will be 12 aspect fills (from 60 to 120 degrees every delta-theta and from -30 to +30 degrees every delta-phi), each at a different frequency. Target #5 is the NASA almond defined in the paper entitled "Benchmark Radar Targets for the Validation of Computational Electromagnetics". The length of the almond is 9.936 inches. There will be 12 frequency sweeps, each at a different azimuth/elevation. There will be 12 azimuth sweeps, each at a different frequency/elevation. There will be 12 elevation sweeps, each at a different frequency. Target #6 is a Dart with IGES description. The dart is approximately 4 feet in length, 2 feet in width, and 0.8 feet in height. There will be 12 frequency sweeps, each at a different azimuth/elevation. There will be 12 azimuth sweeps, each at a different frequency/elevation. There will be 12 elevation sweeps, each at a different frequency. For the purposes of this project, theta is the spherical angle measured from the positive z-axis, and phi is the azimuth angle measured counterclockwise from the positive x-axis. All bodies of revolution are symmetric with respect to the z-axis, and all other targets (when possible) are oriented to present the smallest RCS along the positive x-axis. (2) Deliverable Items: The following data items will be required: (a) R&D Status Report, DI-A-3002A/T, monthly; (b) Program Schedule, DI-A-3007; (c) Presentation Material, DI-3024A/T, which shall include as a minimum reproducible hardcopy graphs of RCS magnitude and/or phase as a function of either frequency, elevation angle, or azimuth angle with the other variables fixed (the specific parameters of each graph are to be determined, but the total number shall be less than 24), or as required; (d) Scientific & Technical Report (Final Report), DI-MISC-80711/T which shall include as a minimum for each canonical body/CEM technique combination: 1 -- An electronic database containing the magnitude and phase of the RCS at each element of the computation matrix. Each computed value shall be within 1 dB of the true RCS of the canonical body when it is within 15 dB of the peak RCS for that frequency. When the computed RCS is more than 15 dB below the peak computed RCS for that frequency, the computed RCS shall be within 3 dB of the true RCS when an appropriate windowed averaging process is applied. 2 -- A technical report giving: (a) A brief (one to two page) description of the CEM technique (both the theoretical basis and the numerical implementation), (b) A description of the computer system on which the CEM program is run (number and type of processors, operating system used, available memory and mass data storage, etc.), (c) A detailed account of the computational resources used to generate the database, including but not limited to: total memory and mass data storage used, total computer time required for generation of the database, time to generate additional data points using previously computed data points, and time to generate additional data points without the use of previously computed data points. (3) Security Requirements: It is anticipated that work performed under this contract will be unclassified (4) Other Special Requirements: International Trade in Arms Restrictions (ITAR) apply. Since Public Law 98-94, Withholding Unclassified Technical Data From Public Release, will apply, offerors must prepare a DD Form 2345, Export Controlled DOD Technical Data Agreement and forward it to: Commander, Defense Logistics Service Center, ATTN: DLSC/FBA, Federal Center, Battle Creek MI, 49017-3084, or provide evidence that registration with DLSC is already on file. (5) Limitations and Rights:The Government shall have unlimited rights to all data delivered. However, it is anticipated that some offerors may propose to deliver proprietary computer software (including preprocessing software, CEM codes, and postprocessing software). If so, the offeror must clearly specify any limitations on the Government's rights to use or disclose such software, as well as the cost to the Government to purchase rights to it. Accordingly, the offeror shall submit a price for which it would provide proprietary computer software to the government with the following restricted rights: rights to use, duplicate, release or disclose in whole or in part, in any manner and for government purposes only. (6) GFP: Offerors are encouraged to utilize their in-house computer facility for all data processing. Access to the unclassified DOD High Performance Computing sites will be authorized for use on this project. The information on the available DOD High Performance Computing resources can be obtained from the web site: http://www.hpcmo.hpc.mil/. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The length of each contractual effort will depend on the number of targets to be computed by each contractor. Maximum anticipated period of performance (e.g., if an offeror is awarded all six canonical targets) is six (6) months technical effort plus three (3) months for reporting for a total of nine (9) months. (2) Expected Award Date: Jan 98. (3) Government Estimate: The Government total funding profile for this project is estimated to be: FY98 -- $500K. This funding profile is intended to cover all potential awards and is not to be construed as the funding profile for each award. This funding profile is an estimate only and is not a promise of funding as all funding is subject to change due to Government discretion and availability. The Government anticipates awarding up to two contracts per canonical body, for a potential of twelve separate awards. Offerors may propose costs on any one canonical body, any combination of the six canonical bodies or all six of the canonical bodies. (4) Type of contract: The Government will consider award of Firm Fixed Price (FFP)or cost plus fixed fee (CPFF) contracts, as appropriate. University grants or cost (no-fee) contracts will also be considered The Government anticipates award of Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts, as appropriate. University grants will also be considered. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed in paragraph F. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in the following arrangement: two copies of the cost proposal and three copies of the technical proposal. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Government. (2) Cost Proposal: We anticipate this acquisition being based on adequate price competition. Therefore, to permit a cost realism analysis, the submission of an SF 1448, available from the contracting point of contact, is required in lieu of an SF 1411. A suggested format for submission of cost information is available from the contracting point of contact. Contractors are encouraged to use this format (which may be tailored as needed) in the submission of cost proposals. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Discussion of any proprietary data rights, and licensing arrangements must also be included. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in paragraph F. Questions concerning status after proposal submission should be directed to the contracting focal point. (4) Page Limitations: The technical proposal shall be limited to 25 total pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11.0 inches. Offerors may include as attachments (not included as part of the page limit) to the technical proposal, the following information: (a) significant results and accomplishments of past work in the technical areas proposed, (b) descriptions of available equipment, computer, data, and facilities, (c) resumes of key personnel who will be participating in the proposed effort, (d) the offeror's management approach to ensure that the proposed effort will be completed, as scheduled, on time, and within the available budgeted funds/person-hours proposed. Proposal pages in excess of the limitation will not be considered by the Government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 20 pages as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E -- BASIS FOR AWARD: The selection of one or more sources for award shall be based on evaluation of offeror responses (both technical and cost aspects) to determine the overall merit of each proposal in response to this announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria, which are of equal importance: (a) new and creative solutions resulting in realistic approaches to the technical problem of accurately predicting the RCS of any or all of the six canonical bodies with the intent of using said canonical bodies as RCS measurement range calibration standards; (b) the offeror's understanding of the scope of the technical effort; (c) soundness of offeror's technical approach; (d) the availability of qualified technical personnel and their experience with applicable technologies; (e) the offeror's past experience with applicable technologies; (f) organization, clarity, and thoroughness of the proposed SOW. Cost (which includes consideration of proposed budgets as well as the cost to the Government to purchase rights to any computer software proposed to be delivered) is ranked second in order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract or grant any, all, part, or none of the proposals received. Award of a grant, in lieu of a contract, to universities and nonprofit institutions will be considered and will be subject to the mutual agreement of the parties. F -- POINTS OF CONTACT: An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the selection decision. Interested parties should direct all routine communication concerning this acquisition to Contracting Point of Contact. (1) Ombudsman: Mike S. Coalson, ASC/SYI, Bldg. 52, 2475 K Street, Wright Patterson AFB OH 45433-7642; phone number is (937) 255-5535, ext. 232; E-mail: coalsoms@sy.wpafb.af.mil. (2) Technical POC: Major William Wood, Project Engineer, WL/XPN, Wright Laboratory, Wright Patterson Air Force Base, OH 45433-7602; Phone (937) 255-7127; Fax (937) 656-4210; E-mail woodwd@sga254.wpafb.af.mil. (3) Contracting POC: Tom Rogers, Wright Laboratory, Directorate of Research and Development Contracting, WL/AAKR, Wright Patterson Air Force Base, OH 45433-7607; Phone (937) 255-5201; Fax (937) 255-3985; e-mail rogerstb@aa.wpafb.af.mil. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0008 19970714\A-0008.SOL)


A - Research and Development Index Page