Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1998 PSA#2230

AFMC, Air Force Research Laboratory/IFK, 26 Electronic Parkway, Rome, NY 13441-4514

A -- ELINT COLLECTION AND PROCESSING SOL BAA 99-02-IFKPA POC John H. Pletl, Program Manager, 315-330-7146; Joetta A. Bernhard, 315-2308 WEB: click here to go to the Rome Research Site BAA main, http://www.rl.af.mil/div/IFK/baa. E-MAIL: click here to contact the contracting officer or program, pletlj@rl.af.mil; bernhard@rl.af.mil. A -- AFRL/Information Directorate, Rome, is soliciting white papers for various scientific studies and experiments to increase the Information Directorate's knowledge and understanding of the broad range of capabilities required in support of ELINT Collection and Processing. Solutions to basic research and engineering using innovative approaches will be sought. The overall technical objectives of this BAA are the use of Artificial Intelligence applications, as well as enhanced or new digital processing hardware and software and to provide: (1) Dynamic/updatable characterization and correlation databases that use existing multi-source near-real-time collection systems. Measurable and descriptive emitter characteristics should also be used in the database as well as known specific operating characterization values; (2) Enhanced collection system efficiency; and (3) Improved, labor reducing digital signal processing hardware and software analysis with high-capacity capability technology to offset manning reductions at operational units. The scope of this effort concerns several areas and covers a broad range of requirements, which includes, but is not limited to the following: (1) Target specific characteristics identification/correlation; (2) Automated collection, signal ID sorting and first level processing (3) Enhanced digital ELINT processing/analysis technology at both the Intermediate Processing Center (IPC) and Scientific and Technical Intelligence (S&TI) levels; and (4) Miniaturization of systems to allow embedding aboard UAV platforms. Detailed scope and definition of problems follow here: (1) Target characteristic identification/correlation: Battlefield management depends heavily on EW assets to provide current threat analysis for successful deployment of war-fighting resources. One area that supports this analysis is target specific operating characterization and equipment/unit correlation which is normally a "brute-force/labor intensive" effort: (2) Automated collection, signal ID sortingand first level processing. Dense signal environment dictates the need for automated/reduced manual collection, signal ID and sorting, and first-level signal processing. This area should also allow for further discrimination or "flagging" of out-of-limits signals, especially threat systems whose measurable values already lend themselves to characterization. Continual high-resolution sampling of Intermediate Frequency Modulation (IFM), pulse sorting, and deinterleaving processes should be investigated as a means to support flagging and automated efforts; (3) Enhanced digital ELINT processing: Environment complexity as well as advanced collection hardware technology demands growth in the digital ELINT processing arena. Efforts should take into consideration current analysis technology available, reduction in processing of routine activity allowing time to be spent on more critical tasks, and how best to insert these solution(s) into existing systems; (4) System miniaturization: Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding on UAV-type platforms. Attention to power requirements and payload weight are necessarily essential areas of concern, hence digital receiving and processing systems employing miniaturization techniques are of high interest. Deliverables will be technical reports and, when appropriate, demonstrations. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit three (3) copies of a five (5) page or less white paper with a cover letter indicating whether the offeror is a large, small, women-owned small, or small disadvantaged business, or Historically Black College, University, or Minority Institution. 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. All responses to thisannouncement must be addressed to ATTN: John H. Pletl, Reference BAA 99-02-IFKPA, AFRL/IFEC, 32 Brooks Road; Rome NY 13441-4114. Small business offerors must also send one (1) copy of the cover letter only, by First Class mail (DO NOT SEND CLASSIFIED), to ATTN: Janis Norelli, Director of Small Business, AFRL/IFB; 26 Electronic Parkway; Rome NY 13441-4514. Multiple white papers within the purview of this announcement may be submitted by each offeror. 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. 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. Complete instructions for proposal preparation will be forwarded with the invitation for proposal submission. Evaluation of proposals will be performed using the following criteria: (1) The overall scientific and/or technical merits of the proposal: (2) the potential contributions of the effort to the Rome Research Site mission and the extent to which the proposed effort will contribute to balancing the overall research and development program of AFRL; and (3) the reasonableness and realism of proposed costs and fees, if any. In addition, the Government may consider other factors such as: (1) The offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives; (2) The qualification, capabilities and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives; and (3) The offeror's record of past and present performance. No further evaluation criteria will be used in selecting the proposals. The technical criteria will also be used to determine whether white papers submitted are consistent with the intent of this BAA and of interest to the Government. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or unacceptability without regard to other proposals submitted under this BAA. Options are discouraged and unpriced options will not be considered for award. Principle funding of this BAA and anticipated award of contracts will start approximately FY99. Individual awards will not normally exceed 12 months in duration, with dollar amounts normally ranging from $250K to $350K. Total funding for this BAA is $9.5M. 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. Foreign-owned offerors are advised that they be excluded from participating at the prime contract level. Foreign or foreign-owned offerors should immediately contact the contracting focal point, Joetta A. Bernhard, for information if they contemplate responding. Data subject to export control constraints may be involved and only firms on the Certified Contract Access List (CCAL) will be allowed access to such data. The cost of preparing proposals in response to this announcement is not an allowable expense to the normal bid and proposal indirect cost in AFR 31.205-18. Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP SECRET information at a time of award. In addition, to qualify as a responsible contractor, the offeror may need to have, or have access to, a certified and Government approved facility to support work under this BAA. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Joetta A. Bernhard, (315) 330-2308. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Vincent Palmiero, Chief, Policy and Management Division, AFRL/IFK at (315) 330-7746. 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 source selection process. An information briefing is not planned. To receive a copy of the AFRL "BAA & PRDA: A Guide for Industry," Sep 1996 (Rev), write ATTN: Lucille Argenzia, AFRL/IFK, 26 Electronics Parkway, Rome, NY 13441-4514, or fax her at FAX 315-330-4728, or the guide may be accessed at: http://www.rl.af.mil/div/IFK/bp-guide.html. This BAA is open and effective until 30 Sep 01. All responsible firms may submit a whitepaper, which shall be considered. Respondents are asked to provide their Commercial and Government Entity (CAGE) number with their submission and reference BAA 99-02-IFKPA. Only Contracting Officers are legally authorized to commit the Government. AFRL, 26 Electronic Pky, Rome NY 13401-4514. Small business offerors must also send one (1) copy of the cover letter only, by First Class mail (DO NOT SEND CLASSIFIED), to ATTN: Janis Norelli, Director of Small Business, AFRL/IFB; 26 Electronic Parkway; Rome NY 13441-4514. Multiple white papers within the purview of this announcement may be submitted by each offeror. 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. 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. Complete instructions for proposal preparation will be forwarded with the invitation for proposal submission. Evaluation of proposals will be performed using the following criteria: (1) The overall scientific and/or technical merits of the proposal: (2) the potential contributions of the effort to the Rome Research Site mission and the extent to which the proposed effort will contribute to balancing the overall research and development program of AFRL; and (3) the reasonableness and realism of proposed costs and fees, if any. In addition, the Government may consider other factors such as: (1) The offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives; (2) The qualification, capabilities and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives; and (3) The offeror's record of past and present performance. No further evaluation criteria will be used inselecting the proposals. The technical criteria will also be used to determine whether white papers submitted are consistent with the intent of this BAA and of interest to the Government. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or unacceptability without regard to other proposals submitted under this BAA. Options are discouraged and unpriced options will not be considered for award. Principle funding of this BAA and anticipated award of contracts will start approximately FY99. Individual awards will not normally exceed 12 months in duration, with dollar amounts normally ranging from $250K to $350K. Total funding for this BAA is $9.5M. 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. Foreign-owned offerors are advised that they be excluded from participating at the prime contract level. Foreign or foreign-owned offerors should immediately contact the contracting focal point, Joetta A. Bernhard, for information if they contemplate responding. Data subject to export control constraints may be involved and only firms on the Certified Contract Access List (CCAL) will be allowed access to such data. The cost of preparing proposals in response to this announcement is not an allowable expense to the normal bid and proposal indirect cost in AFR 31.205-18. Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP SECRET information at a time of award. In addition, to qualify as a responsible contractor, the offeror may need to have, or have access to, a certified and Government approved facility to support work under this BAA. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Joetta A. Bernhard, (315) 330-2308. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Vincent Palmiero, Chief, Policy and Management Division, AFRL/IFK at (315) 330-7746. 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 source selection process. An information briefing is not planned. To receive a copy of the AFRL "BAA & PRDA: A Guide for Industry," Sep 1996 (Rev), write ATTN: Lucille Argenzia, AFRL/IFK, 26 Electronics Parkway, Rome, NY 13441-4514, or fax her at FAX 315-330-4728, or the guide may be accessed at: http://www.rl.af.mil/div/IFK/bp-guide.html. This BAA is open and effective until 30 Sep 01. All responsible firms may submit a white paper, which shall be considered. Respondents are asked to provide their Commercial and Government Entity (CAGE) number with their submission and reference BAA 99-02-IFKPA. Only Contracting Officers are legally authorized to commit the Government.) AFRL, 26 Electronic Pky, Rome NY 13401-4514. Posted 11/24/98 (W-SN274501). (0328)

Loren Data Corp. http://www.ld.com (SYN# 0008 19981127\A-0008.SOL)


A - Research and Development Index Page