Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1995 PSA#1390

R&D Contracting Directorate, Wright-Patterson AFB OH 45433-7607

A -- GPS ANTI-JAM FILTER TECHNOLOGY PROGRAM THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2 SOL PRDA 95-15-AAK DUE 083195 POC Contact Ardra Morgan, Contract Negotiator, (513) 255-6908. A--Part 2 of 2 Parts: GPS ANTI-JAM FILTER TECHNOLOGY PROGRAM PRDA 95-15-AAK; C--ADDITIONAL INFORMATION: (1) TOTAL CONTRACT PERIOD ESTIMATED: The total length of the technical effort is estimated to be 30 months (which includes 6 months for Phase I), with an additional five months for processing/completion of the Final Report. (2) EXPECTED AWARD DATE: The Air Force anticipates a contract start date during the fourth quarter of FY95. (3) ANTICIPATED LEVEL OF EFFORT: This activity is estimated to involve approximately nine man-years of effort for the total program (NTE $1.5 M). These are only estimates and not promises of funding as all funding is subject to change due to government discretion and availability. (4) TYPE OF CONTRACT: Cost Plus Fixed Fee (Completion) (CPFF). Multiple awards are anticipated, although any, all, part, or none of the proposals received may be selected for contract award. Any grants or cooperative agreements awarded will be cost, no fee. (Award of a grant or cooperative agreement in lieu of a contract to a university or non-profit institution will be considered and will be subject to the mutual agreement of the parties.) (5) GOVERNMENT FURNISHED PROPERTY/BASE SUPPORT: If required, a P(Y)-code GPS receiver will be available from the GPS JPO as GFE after Phase I. Use of the Integrated Electromagnetic System Simulator (IESS) and the Antenna Wavefront Simulator (AWS) will be available on a rent free basis to any successful offeror wishing to use it in fulfillment of this technical effort. This facility is located in Building 620, Area B of Wright-Patterson AFB OH, and is capable of simulating both interfering signals and the signals broadcast by GPS satellite vehicles (SVs) as received by a manned aircraft. (6) SIZE STATUS: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (7) NOTICE TO FOREIGN-OWNED-FIRMS: Such firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. This action is necessary to begin review and clearance procedures. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. Such firms may elect to await the determination before incurring costs in proposal preparation. (8) SECURITY REQUIREMENTS: It is envisioned that the work performed under this contract will generate classified material and the work performed under this technical effort may require access to reference material classified up to and including Secret. Offeror should indicate capability to handle/store classified data/equipment. TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipement approved for classified processing by Air Force TEMPEST authorities. Classified security storage will be required for the Y-code GPS receiver and key storage. The NAVSTAR GLOBAL POSITIONING SYSTEM (GPS) SECURITY CLASSIFICATION GUIDE shall be the governing document in all cases. (9) PUBLIC LAW 98-94: Since Public Law 98-94 is applicable to this program, offerors must prepare a DD Form 2345, Militarily Critical Technical Data Agreement, and forward it to: Commander, Defense Logistics Service Center, Attn: DLSC-FBA, Federal Center, Battle Creek, Michigan 49017-3084, a copy of the certification shall accompany the proposal. (10) INTERNATIONAL TRAFFIC IN ARMS REGULATION (ITARS): ITARs does apply to this effort. 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 elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. 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 must be submitted in an original plus five copies. 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: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a man-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited herein. Costs shall be delineated separately for Phase I, Phase II, and Phase III efforts. (3) TECHNICAL PROPOSAL: The technical proposal shall include a discussion of the nature and scope of the filter research and the technical approach to address the requirements described above. The technical proposal shall include an analysis of the major issues of applying the proposed filter to UE. This analysis must include a pertinent discussion of GPS receiver performance and error budget with the proposed filter, including the effects of intentional and unintentional interference and platform dynamics. This analysis shall clearly delineate the expected operational benefits and limitations and the cost impact of the filter approach chosen. Discussions of platform integration, interface, and installation issues, with particular emphasis on high dynamic fighter aircraft, shall be included. The technical proposal shall include a Description/Specification (D/S) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in D/S preparation. Any questions concerning the technical proposal or D/S preparation shall be referred to the Technical Point of Contact cited in this announcement. Additional information on prior work in this area, descriptions of available equipment, data, and facilities, and resumes of personnel who will be participating in this effort should also be included. (4) PAGE LIMITATION: The offeror's technical proposal shall be limited to fifty (50) (12 pitch or larger type), 8 1/2''x11'', double-spaced, single-sided pages. The page limitation includes all information, i.e., indices, photographs, foldouts, appendices and attachments. Resumes of personnel shall be included as an addendum to the technical proposal and shall not be included in the page limitation. Pages in excess of this limitation will not be considered by the Government. Full cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 double spaced single sided 8 1/2''x11'' pages as a goal. (5) PREPARATION COST: This announcement does not commit the Government to pay for any response preparation costs. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract 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/EVALUATION CRITERIA: The selection of one or more sources for contract award will be based on a an scientific and/or engineering evaluation of the offerors' responses (both technical and cost aspects) to determine the overall merit of the offeror's full proposal in response to the announcement. Technical merit, which is ranked as the first order of priority, shall be evaluated based upon the following criteria which are of equal importance: (a) new and creative solutions, (b) the soundness of approach proposed to accomplish the scientific and technical objectives of the contract. This includes: the merit of the ideas or concepts proposed, the proposed use of analysis, simulation, and hardware experiments to fully identify and evaluate the technical and operational value of the GPS interference suppression concepts against multiple broadband Gaussian noise, (c) the degree to which the offeror demonstrates an understanding of the scope of the work. This will be demonstrated by the offeror's analysis of the major issues of applying the filter to existing and future UE employed in one or more of the platforms of interest, (d) experience in the development of adaptive interference cancellation filters and systems, including spatial, temporal, and/or spectral filters and antenna arrays (if applicable), knowledge of and experience with GPS receivers, experience with airborne platform installation and integration, experience in the development, fabrication, and testing of complex electronic systems/components, and experience in those areas pertinent to the proposed filter development, (e) the competence and availability of experienced engineering, scientific, or other technical personnel in the technical areas of interest. These areas include the development, testing, and analysis of the enhancing technologies to be investigated, the development, testing, and analysis of GPS systems, and experience in the operational characteristics of one or more of the combat systems of interest, (f) the availability of necessary research and development facilities, and (g) the organization, clarity, and thoroughness of the proposed description/specificationstatement of work. Cost is ranked as the second order of priority. No further evaluation criteria will be used in selecting the proposals. The technical and cost information will be evaluated at the same time. F--POINTS OF CONTACT: Questions in reference to this PRDA on contractual/cost issues should be directed to the Directorate of R&D Contracting, WL/AAKR, ATTN: Ardra Morgan, WPAFB OH 45433-7607, 513-255-6908/5311 (FAX: 513-255-3985). Questions on technical issues should be referred to Todd Jenkins, WL/AAAI-3, Bldg 635, Area B, 2185 Avionics Circle, WPAFB OH 45433-7301, 513-255-6609 (FAX: 513-476-4278). Subject PRDA may be amended to allow subsequent submission of proposal dates. (0195)

Loren Data Corp. http://www.ld.com (SYN# 0002 19950717\A-0002.SOL)


A - Research and Development Index Page