Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2011 FBO #3618
SOURCES SOUGHT

A -- S-band AWACS Bistatic RPA (SABIR)

Notice Date
10/19/2011
 
Notice Type
Sources Sought
 
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 - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
 
ZIP Code
45433-7801
 
Solicitation Number
SABIR-12-01-PKVC
 
Archive Date
11/18/2011
 
Point of Contact
Trisha L. Wellman, Phone: (937) 656-9041, Douglas E. Covey, Phone: (937) 656-9034
 
E-Mail Address
trisha.wellman@wpafb.af.mil, douglas.covey@wpafb.af.mil
(trisha.wellman@wpafb.af.mil, douglas.covey@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for the purpose of conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet Air Force needs to develop, design, fabricate, and conduct flight demonstrations of an air vehicle integrated with an s-band bistatic radar receiver utilizing conformal loadbearing antenna structure (CLAS) technology. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. This effort has two main objectives of equal priority. One objective is to demonstrate the air vehicle antenna integration efficiencies and the bistatic radar performance enabled by CLAS technology. The other objective is to conduct flight tests to demonstrate Airborne Warning and Control System (AWACS) mission performance improvements enabled by bistatic radar operations with a remotely piloted aircraft (RPA). Bistatic radar operations have the potential to significantly increase the AWACS stand-off distance, coverage, and electronic protection (EP). CLAS technology can maximize bistatic radar performance by enabling integration of very large antenna arrays on an air vehicle. This effort will be conducted with support and guidance of Air Combat Command (ACC) and Electronics System Command (ESC) AWACS program offices to optimize potential for eventual transition to the operational fleet. The program consists of two phases: Phase I shall include the development of an operational system concept and definition of a flight demonstration program. The operational system concept includes identification of a bistatic receiver air vehicle platform, the AWACS and bistatic receiver air vehicle concept of operation (CONOPs), radar performance goals, and radar data processing and handling architecture. Definition of the flight demonstration program includes: identification and prioritization of current AWACS needs and requirements that will benefit from bistatic operations, bistatic radar performance trades studies including development of key performance parameters (KPPs), development of flight test scenarios, and identification of all resources necessary to execute the flight demonstrations including the CLAS concept, bistatic RPA platform, bistatic radar receiver and processor, surrogate AWACS radar, data links, data handling and processing, targets, threats, and overall cost and schedule. Phase II is execution of the flight demonstration program including fabrication and integration of all necessary hardware, equipment, and software. Interested parties are invited to submit a Statement of Capabilities (SOCs) reflecting their interest and capability in meeting the above requirements. Information submitted should be pertinent and specific in the technical areas under consideration as outlined above, and on each of the following qualifications: (1) Experience - provide an outline of relevant projects, specific work previously performed, or any in- house research and development effort or similar type work that is currently being performed. (2) Personnel - provide the names, professional qualifications and specific experience of scientists, engineers, and technical personnel (i.e. principal investigator, project officer) who may be assigned to perform in the technical areas under consideration. (3) Facilities & Equipment - provide availability and description of special facilities and equipment required to perform in the technical areas under consideration. (4) Security - provide a statement regarding industry security clearance. (5) Other - provide any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Please include the following information with your response: name and address of firm, point of contact and telephone number, business size (i.e. large, small, small disadvantaged, 8(a), women-owned, veteran-owned, service-disabled veteran-owned, HUBZone, HBCU/MI - historically black colleges and universities/minority institutions). Statements of Capabilities are due electronically to the Air Force no later than 3 Nov 2011, and shall be forwarded to the following e-mail address: trisha.wellman@wpafb.af.mil. Address contractual questions to Trisha Wellman, Contract Negotiator, (937) 656-9041, or Doug Covey, Contracting Officer, (937) 656-9034, and technical questions to Jim Tuss, Senior Aerospace Engineer, (937) 938-4945, james.tuss@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/SABIR-12-01-PKVC/listing.html)
 
Record
SN02609800-W 20111021/111019234537-0ac3959bef3c1c1b12235557ae034498 (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.