|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1997 PSA#1881Office of Naval Research, 800 North Quincy St., Arlington, VA
22217-5660 A -- ADVANCED MULTIFUNCTION RF SYSTEMS CRITICAL ENABLING TECHNOLOGIES
(AMRFSCET) SOL 97-023 DUE 080197 POC Glynis Fisher 251, ONR
(703)696-0993 BAA 97-023.(Part 2) These modules must exhibit a wide
bandwidth (~10 -- 20 GHz), high power (e.g., goal of >10W at
X-band), low noise figure (<3 dB goal), and high linearity (~28 dB
below rated power). Since the size, output power, and efficiency of
these modules are highly dependent on the characteristics of the high
power output amplifier, a power-added-efficiency of 40% is desired. Low
noise amplifiers with high third-order intercept (TOI), low power
consumption, and low noise figure are key parameters. If a hybrid
approach is considered for the true time delay concept, a low loss
phaseshifter/attenuator/switch/amplifier network is desired.
Circulators must exhibit low insertion loss with maximum amount of
isolation and reflection uniformity to support reduced RCS. Direct
Digital Synthesis (DDS) -- The AMRFS system will fully integrate radar,
electronic warfare and communications modes into a single integrated RF
system. It is desired that AMRFS exciters incorporate DDS technology
forall functions. In the near term, DDS may be used to support
electronic warfare (EW) functions such as counter-targeting and
counter-terminal electronic attack (EA) signal generation, the
development of channelized and digital receivers, the implementation of
true time delay beam forming, and complex signal generation with
arbitrary waveform generators. In order to support the EA functions
against coherent threats, a digital RF memory (DRFM) should be
considered but is not required. If the DDS is to be used in the future
for digital beam steering transmission, the DDS, in conjunction with
the digital receiver and memory, should also include the attributes of
a DRFM in coherently replicating threat radar waveforms. In the far
term, as the speed, resolution and spectral purity improves, DDS and
arbitrary waveform generators may be used for synthesizing radar and
communications waveforms. The minimum acceptable digital to analog
converter (DAC) performance is 12 bits of -60 dBc spur free dynamic
range with 1 GHzof bandwidth. Analog to Digital (A/D) Converters -- A/D
converters (ADCs) are critical to radar applications in providing
enhanced dynamic range to address high clutter environments, and
reducing down-conversion stages. For EW, communications, and radar
applications ADCs are used to digitize the received waveforms for
further processing. The goal of the ADC is to ultimately produce
digital receivers with reduced size and weight. The ADC is a critical
component which limits current radar and EW performance levels both in
the near and far term. For EW applications, the desired demonstrable
near-term performance for ADCs is 12 bits of spur-free dynamic range
with 400 -- 500 MHz of bandwidth, where speed is more important than
resolution. For radar and communications, the desired demonstrable
near-term performance for ADCs is at least 20 bits of spur-free dynamic
range with 20 MHz of bandwidth, where resolution is more important than
speed. Technical approaches that allow relaxation of ADC speed and
dynamic range should also be considered. Acceleration of near-term,
economical industrial manufacture of devices is of interested and
should be verifiable. ONR is particularly interested in technologies
that are applicable to shipboard and airborne which do not require
open-loop cryogenic operation in the near term, and operate without
cryogenics in the far term. True Time Delay -- True Time Delay
beamsteering provides wideband simultaneous operation of multiple
signals in a phased-array AMRFS antenna. Time delay should be
considered where feasible or a combination of time delay and
phaseshifting, at the module level and subarray level if necessary to
achieve affordable performance, should also be considered. The
beamformer should be capable of providing time delay at a subarray
level such that instantaneous bandwidths of 1.5 GHz, at a minimum, are
supported across the full operating frequency band. In addition, the
beamformer should initially support at least 4 simultaneous,
independent beams. Ideally, each beam should be fully reconfigurable
and be able to access arbitrary portions of the aperture at any time.
The microwave loss through the beamformer should not significantly
degrade system performance while maintaining system dynamic range and
phase noise. Finally, the overall system throughput delay needs to be
kept small. Potential for economical fabrication and packaging
technique should be verified. Photonics, digital, and hybrid solutions
should be considered among others. Dynamic Resource Allocation and
Management Optimization (RAM) -- ONR is interested in developing
multifunction sensor resource managers for AMRFS, specifically for
SC-21, CVX, and CSA mission areas. The RAM should provide scheduling
and allocation of shared resources, interconnection of resources into
the required configuration, arbitration of functions in case of
conflict, testing, statusing, and maintenance of the shared resource
pool. The RAM effort should include the following: 1) the determination
of mission events for SC-21, CVX, and CSA that drive the requirements
for interfaces, resources, interconnections, and equipment; 2) the
development of visualization tools to determine under what conditions
contentions would occur and to characterize AMRFS; 3) an assessment of
multifunction system operation and functionality; 4) simulation and
analysis of multifunction system resource utilization; and 5) an
assessment of AMRFS testbed system function and resource interaction.
White paper responses should include at a minimun but not be limited
to: (1) a definition of enabling technologies being proposed for
demonstration along with their associated cost and an estimation of
cost and performance uncertainty/risk; (2) a description of the
demonstration objectives; (3) an assessment discussion of critical
issues that must be overcome to achieve the demonstration objectives;
(4) a description of how the critical technology will be used to
achieve multifunction capability; (5) a discussion of government and
AMRFS testbed industry team's accessibility to the technology and (6)
a rough cost estimate . Potential offerors can propose any or all of
the critical technologies listed in this BAA. Each submission (white
paper) however, should indicate only one critical technology area. If
several approaches are proposed per technical area, they should be
costed separately. An AMRFS CET BAA industry day is scheduled for the
15th July 1997 at the Naval Research Laboratory Auditorium Building 28
from 0830 -- 1200 hours. The objective of this industry day is to
answer any questions concerning this announcement. Interested
participants should contact Ms. Beulah Dorrall via fax at (703)696-1331
or E-mail: dorralb@onr.navy.mil no later than 11 July 1997. Potential
offerors are encouraged to submit white papers by 1 August 1997. The
technical part of the white paper should not exceed 10 pages. The white
papers should focus on proposed technical concept and approach.
Interested offerors should submit an electronic version of the white
papers to Ms.Mun-Won C. Fenton via E-mail (fentonm@onr.navy.mil) by the
above due date. The government anticipates providing feed-back to the
offerors based on the evaluation of the white papers by 6 August 1997.
Full proposals should be submitted by 1 September 1997. The technical
proposals should follow the following format: 1) List of Project
Manager(s); 2) Technical Objective/Expected Payoff; 3) Navy and Marine
Corps Problem/Deficiency; 4) Proposed Technical Approach; 5)
Schedule/Milestones; 6) Summary of Technical Accomplishments of
Proposed Technologies to Date; 7) Brief Summary of Proposed Funding
Profile; 8) Transition Planning; 9) Relationship to Other DoD Projects;
and 10) Summary of Qualifications/Experience of Key Personnel (a Formal
Resume). The Technical portion, excluding the resumes, of the proposal
should not exceed 40 pages in length. Font should be Times New Roman,
12 point, single spaced. The page limitation is based on 8.5 x 11
"paper" with 1" margins. Classified proposals are permitted. A
transmittal letter may be used to forward proposals. This letter will
be used administratively, will not be read by evaluators, and will not
affect page count. Classified markings will follow procedures in the
Defense Industrial Security Manual. The offerors should submit the
proposal electronically to Ms. Mun-Won C. Fenton via E-mail
(fentonm@onr.navy.mil) by the above due date. Classified proposals
should be submitted via appropriate channels. Proposals should be
submitted by 1 September 1997 to be considered for the initial funding.
Award of contracts for proposals received after that time will depend
on available funds. Awards may be made at any time throughout the year.
Offerors should state in their proposal that it is submitted in
response to this BAA. Evaluations of the proposals will be performed by
a panel of government technical experts from ONR, NAVSEA, NAVAIR,
SPAWAR and the Navy laboratories using the following criteria: 1)
overall scientific or technical merits of the proposal; 2) offeror's
capabilities, related experience, facilities, techniques, or unique
combinations of these which are integral factors for achieving the
proposal objectives; 3) qualifications, capabilities, and experience of
the proposed principal investigator, team leader, or key personnel who
are critical in achieving the proposal objectives; 4) realism of the
proposed cost; 5) potential contributions of the effort to the agency's
specific mission; and 6) extent to which the cost effectiveness of the
proposed research is diminished by expenditures for unproductive
administrative and overhead expenses. Based on the evaluation of the
proposals, selected offerors will be invited, through official ONR
notification, to participate in an oral presentation of the proposed
approach(es) to a panel of government evaluators. The evaluators will
rank and select the awardees based on the written and oral
presentations of the proposals. The exact time and location of the oral
presentations (likely 8 -- 12 September) will be provided at thetime of
the notification. The awardees will be notified approximately 2 weeks
after the oral presentations. Proposals are desired in the cost and
period of performance range set forth below: Approximate Period of
Total Award Dollar Award Performance Amount AMRFCET demo: $100,000 --
$1,000,000 each One to two years $2 M -- $4 M Range This notice
constitutes ONR's Broad Agency Announcement as contemplated in FAR
6.102 (d)(2). No Request For Proposal (RFP), solicitation or other
announcement of this opportunity will be made. Awards may take the form
of contracts, grants or cooperative agreements. For awards made as
contracts the socio-economic merits of each proposal will be evaluated
based on the commitment to provide meaningful subcontracting
opportunities for small business, small disadvantaged business,
women-owned business concerns, historically black colleges and
universities, and minority institutions. The standard industrial
classification code is 8731 with the small business size standard of
500. Large businesses, universities and nonprofit organizations
submitting proposals of $500,000.00 or more shall also submit its
Small, Small Disadvantaged and Women-Owned Small Business
Subcontracting Plan in accordance with FAR 52.219-9. RESTRICTION ON
DISCLOSURE AND USE OF DATA Offerors will apply the restrictive notice
prescription of FAR 52.215-12, Restriction on Disclosure and Use of
Data, to trade secrets or privileged commercial and financial
information contained in their proposals. It is the Navy's intention to
procure data rights in connection with contracts awarded under this
BAA. (0183) Loren Data Corp. http://www.ld.com (SYN# 0005 19970707\A-0005.SOL)
A - Research and Development Index Page
|
|