Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8, 2000 PSA #2723
SOLICITATIONS

A -- SENSOR ANALYSIS, MODELING AND IMAGING (SAMI), PART 1

Notice Date
November 6, 2000
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-PRDA-01-0001
Response Due
December 27, 2000
Point of Contact
Judie Jacobson, Contract Specialist, Phone (850)882-4294 ext. 3423, Fax (850)882-9599, Email jacobso@eglin.af.mil -- J Duval, Contract Specialist, Phone (850)882-4294, Fax (850)882-9599, Email
E-Mail Address
Judie Jacobson (jacobso@eglin.af.mil)
Description
A -- INTRODUCTION: This is a Program Research and Development Announcement (PRDA). The Air Force Research Laboratory, Munitions Directorate, Advanced Guidance Division (AFRL/MNG) is interested in receiving technical and cost proposals for development of Sensor Analysis, Modeling and Imaging (SAMI) Software. The overall SAMI program objective is to develop physics-based, multi-spectral, scene generation capability and Autonomous Target Acquisition (ATA) algorithm development and analysis software. The software will be developed along the following three product lines: 1) Irma multi-spectral synthetic scene generation software, 2) Multi-mode/Multi-discriminant ATA Algorithms Development and Evaluation (MATADE), and 3) Advanced Ladar Algorithm Development and Evaluation (ALADE). The technical objectives of this program are to improve and extend the tools and research initiatives that support and develop multi-spectral/multi-mode seeker, sensor fusion, and ATA algorithm technology. The awarded contract will include a provision substantially as follows: The contractor will develop certain software products that the Government will make available to others in furtherance of Government objectives. It is vital to the Government_s purposes that the Government maintains exclusive control of these products to facilitate its future development and distribution efforts and for purposes of standardization of the results of efforts conducted using these products. Therefore, the contractor shall deliver to the Government all software products developed under this contract. The contractor shall not incorporate any proprietary element into any deliverable software without advance written permission of the Government contracting officer. The contractor shall not create a proprietary version of any software product delivered under this contract without advance written permission of the Government contracting officer. The contractor shall not sell or otherwise distribute any such software developed under this contract, or any derivative thereof, without advance written permission of the Government contracting officer. Proposals in response to this PRDA must be received no later than 3:00 P.M. CT on 27 December 2000 addressed to Air Force Research Laboratory, Munitions Contracting Division, Bldg. 13, 101 W. Eglin Blvd., Suite 337, Eglin AFB FL 32542-6810, Attn.: Ms. Jeffrey Duval (AFRL/MNK). Proposals submitted after the cut-off date specified herein shall be treated in accordance with FAR 52.215-1(c), _Instructions to Offerors-Competitive Acquisition (Feb 2000)_. Responders must reference the following number (PRDA: MNK-PRDA-01-0001). Proposals submitted must be in accordance with this announcement. Since this is a PRDA, there will be no formal request for proposal or other solicitation regarding this announcement. Offerors should be alert to any PRDA amendments that may be published. The Government reserves the right to amend the due date to allow for subsequent submission-of-proposal-dates. If a proposal is selected to satisfy the PRDA objectives as a result of the first submission, subsequent opportunities for proposal submission will not be available. B_REQUIREMENTS: (1) Background: AFRL/MN has requirements to develop guided munitions technology for precision strike capabilities that include long range stand-off, adverse-weather operation, minimization of collateral damage, and resistance to countermeasures. These requirements under the Multi-Sensor Modeling and Analysis (MSMA) contract have led to the ongoing development of (a) ATA algorithms that provide seekers with the ability to detect, classify, and identify targets and (b) multi-spectral/multi-mode seeker and associated sensor fusion technologies that provide adverse-weather capabilities and countermeasures robustness. MSMA provides software (Irma) for the generation of physics phenomenology-based synthetic multi-spectral imagery. Irma_s software and associated utilities are used to augment real world data, such as that obtained from captive flight tests, to provide developers with a low-cost alternative to expand the available data sets used in the development and evaluation of multi-mode seeker technologies and ATA algorithms. In addition MSMA also provides research and development initiatives to extend and improve the ATA algorithm arena. One initiative is The Modular Algorithm Concept and Evaluation Tool (MACET) that provides a research tool for prototyping, developing, and evaluating, single/multi-sensor and sensor fusion ATA algorithms for tactical smart weapons. Another initiative is the Solid State Ladar Algorithm Development and Evaluation (SSLADE) initiative that conducts research into Ladar ATA algorithms for detecting, classifying, recognizing, and identifying military targets. (2) Objectives: a) Multi-spectral Synthetic Scene Generation Software (Irma). Develop and improve the physics phenomenology models within the Irma code including, but not limited to, validation and verification testing in both laboratory and field data collection activities. Design and implement an Irma software development plan to improve the code_s runtime efficiency, capability, usability, and maintainability. Provide user support. b) Multi-mode/Multi-discriminant ATA Algorithms Development and Evaluation (MATADE). Improve the Modular Algorithm Concept and Evaluation Tool (MACET) by building and integrating the detection, acquisition, classification, and identification library for single mode, multi-mode, multi-spectral, ATA algorithms. c) _Advanced Ladar Algorithm Development and Evaluation_ (ALADE) Develop and evaluate multi-discriminant Ladar ATA algorithms to improve current and future smart weapon capability to detect, classify, and identify both critical ground mobile targets and fixed high value targets. (3) Technical Requirements: There will be three task items, one for each of the three product lines under the SAMI contract. Each task will have one or more discipline area(s) with a corresponding emphasis weighting. a) TASK 1 (Irma) Discipline 1: Improvement, Validation and Verification. Emphasis 50%. The contractor shall provide engineering expertise to perform validation and verification (V&V) on the existing Irma model and all subsequent upgrades. The contractor shall propose V&V plan(s) for Irma_s multi-spectral channels. The plan(s) shall include, at a minimum, a general multi-phased approach for end-to-end V&V that include the following: i) Proposed experiment(s)/test(s), ii) Data collection, iii) Data Analysis, iv) Incorporation into Irma software and libraries. Experiments and/or tests should have a well-defined strategy that is based on operations research or other applicable principles. Required laboratory, range, and/or hardware necessary to carry out data collection activities shall be defined in accordance with paragraph B(6). The data analysis and results shall focus on the improvement and refinement of Irma_s physics-based phenomenology software models. Any improvements and/or refinements shall be incorporated into Irma_s software and databases. The contractor shall also propose plans and/or ideas (as separate document for technical evaluation only) to improve Irma_s physics phenomenology capabilities for one or more of the following areas: i) Atmospheric phenomenology (e.g. smoke, clouds, explosions) ii) Countermeasures (e.g. flares, camouflage netting, clutter) iii) Transition of Irma_s Ladar channel to real-time. Discipline 2: Irma Software Upgrades. Emphasis 40%. The contractor shall propose upgrades for the Irma software. The upgrades shall include, but not be limited to, the following: migration to a single unified object-oriented code, a software management plan, re-configurable sensor models, a new graphical user interface, a full PC capability, new facet models, and building Irma_s databases. The migration to an object-oriented code should include a multi-phase per-channel (i.e. Irma multi-spectral channel) approach and be implemented in conjunction with the software management plan. The contractor shall specify the object-oriented language of choice. The software management plan shall be measurable and/or certifiable (for example, Software Engineering Institute (SEI) Level I-V). The graphical user interface shall aid users of all levels of expertise (Novice to Expert) and be developed in cross-platform compatible code (for example, Tcl/Tk, Java) to provide the users with the same look and feel regardless of platform. The contractor shall provide a fully PC compatible version of Irma including associated utilities. A plan shall be presented to develop ten new facet models including 2 large area terrains with associated material databases. Discipline 3: Irma User Support. Emphasis 10%. The contractor shall provide support for the software developed under this contract to include: distributing and mailing software sets to users, holding users' conferences and/or conference exhibitions, providing limited support for distributed software, installing deliverable software on AFRL/MN computer systems, and the generation of synthetic imagery. Deliverables: Minor Irma Release 1 with modified documentation at 24 months, Minor Irma Release 2 with modified documentation at 42 months, Major Irma Release 1 with full documentation at 57 months. TASK 2 (MATADE) Discipline 1: Develop and enhance the Modular Algorithm Concept and Evaluation Tool capabilities. Emphasis 70%. The contractor shall start with the existing MACET version 3.0. The contractor shall develop and implement the ground plane estimation, which will fully perform in both flat and rough terrain scenarios, and incorporate them into MACET. The MACET ground truth editor and performance evaluation tools shall also be enhanced for improved analysis capability. The algorithm for tracking tactical mobile targets shall also be incorporated into MACET. Discipline 2: Software Maintenance. Emphasis 30%. The contractor shall maintain the MACET software package_s compatibility with Khoros at both the contractor_s and the sponsor_s facilities. The contractor shall develop an on-line a help menu for all functions (glyphs) developed under this effort. MACET shall have the capability to run on Unix workstations and Linux PC platforms. MACET will maintain compatibility with Irma output. Deliverables: The contractor shall release MACET 4.0 within 24 months after contract award and shall release MACET 5.0 at the end of the contract. TASK 3 (ALADE) Discipline 1: Research and Development. Emphasis 60%. The contractor shall research and develop laser radar (Ladar) autonomous target acquisition algorithms so that future smart weapon will have the capability to detect, classify, and identify both critical mobile targets (CMT) and fixed high value targets (FHVT). The contractor shall develop algorithms that utilize the Ladar range and intensity information as well as other discriminant modes of future Ladar systems. Algorithms developed for critical mobile targets will be required to handle the many extended operating conditions in tactical scenarios. The contractor shall develop solutions that will be robust to partially obscured targets, articulated targets, moderate-to-high clutter environments, rough terrain, countermeasures, and decoys. Algorithms developed for fixed high value targets will be required to support precision guidance with aim-point accuracies of less than one meter while reducing the risk of selecting aim-points on false targets to near zero. Furthermore, the developed algorithms will be required to correctly acquire a target even if the aim-point is partially or fully outside the sensor_s field of view (e.g. contextual processing). The contractor shall research the mission planning aspects for both critical mobile targets and fixed high value targets. Developed algorithms will be required to be integrated into the current SSLADE algorithm suite under Khoros. The contractor is required to leverage off the U.S. Air Force SSLADE algorithm suite. The contractor will be required to document all developed algorithms; this documentation will take the form of technical memoranda, conference papers, journal papers, and a final report. Discipline 2: Demonstration and Evaluation. Emphasis 25%. The contractor shall perform demonstrations and evaluations of the developed algorithmic approaches on synthetic, hybrid synthetic, tower test, and captive flight test Ladar data. These evaluations are not limited to the contractor_s developed algorithms and will include other ATA approaches. The contractor will be required to research and develop autonomous target acquisition algorithm evaluation methodologies. Furthermore, the contractor will be required to document and develop software tools to automate these evaluation methodologies. The contractor will be required to develop written test plans and document all evaluations. This documentation will take the form of technical memoranda, briefings, conference papers, journal papers, test reports, and a final report. Discipline 3: Software Maintenance. Emphasis 5%. The contractor will be required to maintain the ALADE software suite at the contractor_s and Air Force Research Lab Munitions Directorate_s facilities. This suite will include all of the developed ALADE algorithms and evaluation tools, and the SSLADE algorithms suite. This task will include the integration of all algorithms and tools into the Khoros environment. The contractor will be required to develop and maintain a software requirement specification (SRS) for all software modules in the ALADE algorithm suite. The contractor will be required to utilize a software revision control utility. The contractor will be required to develop and maintain a software users_ manual. Discipline 4: Developmental Seeker and Weapon Support. Emphasis 10%. This contractor will provide algorithm development and evaluation support for developmental programs. (e.g. DASSL, PLOCAAS, Flash Ladar). (4) Deliverable Items: Electronic submittal is encouraged whenever feasible and cost-effective for the program. The expected data element submittals are (a) Monthly status reports, including technical progress, programmatic issues, schedule, and appropriate disclosure of actual cost and labor expenditures. Contractor-format CFSR is required during the contract. (DI-MGMT-80368, -80269; DI-FNCL-80912; DI-MGMT-81468) (b) Test plan(s) and test reports for all significant testing. (DI-NDTI-80566, 80809B); (c) Technical reports as specified in task order requirements. (DI- MISC-80711A); (d) Final technical report and a technology transfer report at end of program. The final report, which will be published in DTIC, must document the entire effort (DI-MISC-80711A). The final report must be delivered to the Government in electronic form (Microsoft Word 2000 format). (e) A record (e.g., agenda, presentation materials, minutes, and tracking of associated action items) of required meetings. (DI-ADMN-81249, -81250, -81373). (5) Meetings and Reviews: The contractor will be expected to host and conduct various meetings throughout the program, including but not limited to, a kick-off, formal annual status review(s), and a final review at the end of the program. Periodic progress meetings for technical and programmatic interchange will be held at three-month intervals throughout the program, except for those months when formal meetings are scheduled; the contractor will be expected to host half of these meetings, and Government will host the other half. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed appropriate to the program. (6) Test Support: The contractor shall plan, schedule, conduct and/or support all aspects of the testing required for the SAMI development, except as otherwise specified in this PRDA. The contractor shall be responsible for all test plans necessary for the maturation and demonstration of the SAMI software products. Contractor-generated test plans, as approved by the Government, will become contractual requirements. When tests are conducted at Government facilities, the contractor shall be responsible for providing technical support, analysis, data, and test planning support to the responsible Government test organization (RGTO), as needed, to ensure the timely and cost effective test in accordance with the sponsor approved test plan(s). Except as noted below, the contractor shall be responsible for identifying and recommending to the Government suitable test sites/facilities for all tests. The Government shall have final approval authority in the selection of test sites/facilities. When Government test sites/facilities are utilized, the Government program office will make payment directly to the RGTO to cover costs incurred by the RGTO in supporting the test.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=MNK-PRDA-01-0001&L=1362)
Record
Loren Data Corp. 20001108/ASOL002.HTM (D-311 SN5060B6)

A - Research and Development Index  |  Issue Index |
Created on November 6, 2000 by Loren Data Corp. -- info@ld.com