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