Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ELECTRO-OPTICAL (E/O) WARFARE TECHNICAL ANALYSIS EFFORT SOL PRDA 98-06-SNK DUE 072098 POC Contact Jane Hendricks, 937-255-3379, Contract Negotiator or Nancy F.I. Stormer, 937-255-5311, Contracting Officer WEB: click here to view the R&D Contracting home page, http://www/wrs.afrl.af.mil/contact/. INTRODUCTION: Air Force Research Laboratory (AFRL/SNKE) is interested in receiving proposals (technical and cost) on the research effort described below. The solicitation method for this effort, originally described in the Sources Sought Synopsis, dated 06 Feb 98, has been changed from "Request for Proposal" to "Program Research and Development Announcement (PRDA)". Proposals in response to this PRDA shall be received by 20 JUL 98, no later than 1500 hours Eastern Time, addressed to AFRL/SNKE, Attn: Nancy F.I. Stormer, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Proposals submitted shall be in accordance with this announcement and the Supplemental Package for this effort, which will be provided under separate cover (see paragraph C. "Additional Information," below). Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; a copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submission of proposal dates. Offerors should obtain a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry," dated 26 Mar 96. This Guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact stated herein. The Guide is also available on the Internet, address: www.wrs.afrl.af.mil/contract/. The AFRL intends to award one Indefinite Delivery/Indefinite Quantity (IDIQ) contract to design solutions for the Dynamic Infrared Missile Evaluator (DIME) and Electro-Optical Sensor Signature Analysis System (EOSAS) domains for the Electro-Optical Sensor Technology Division and/or any successor organization. However, the AFRL reserves the right to awardmore than one contract if it is in its best interest to do so. B. REQUIREMENTS: (1) Background: The DIME, including its Tower facilities, is used to develop, evaluate, and optimize infrared countermeasure (IRCM) techniques against a variety of infrared missile guidance units. Use of the DIME is also provided on-call and at times on a quick reaction basis in response to formal requests from users who are involved in the development and use of IRCM techniques and/or equipment. The Tower facility (also know as the LID Range) provides a test range for laser experiments. The EOSAS facility provides the capability for E-O signature analysis and creation of visible and IR images for detection studies and for use with the proposed scene projection system to be added to the DIME motion simulator. The EOSAS capabilities are being enhanced with the development of the Imaging Threat Investigative Suite (ITIS) system. The DIME, EOSAS and Tower facilities are located within the DIME Laboratory on the second floor vault area and on the 10th floor (Tower facility) of Bldg. 620 at Wright-Patterson AFB OH. Specifically, part of the EOSAS facility is located within a specially designed area (screen room) prohibiting RF emissions from entering/leaving the confines of the room. It also filters all electrical power entering the enclosure. An additional Top Secret, Special Access Required (SAR) facility has been established within the confines of the DIME Laboratory. Past IRCM techniques evaluated using the DIME facility included evaluating new IRCM techniques against next generation seeker hardware in support of various advanced IRCM programs. Imaging Seekers are also evolving and need to be addressed through system design, architecture evaluation, and exploitation. These experiments will be performed to support both advanced and engineering development programs. Technical Description: This program, designated the Electro-Optical (E-O) Warfare Technical development Effort, has as its objectives: the design, development, improvement, analysis, modeling, testing, evaluation, and demonstration of Electro-Optical/Infrared Countermeasures (E-O/IRCM) including, but not limited to: missile exploitation, development and evaluation of atmospheric environments, systems, algorithms, and technologies; and, the application of advanced engineering and computer technologies to improve capability, reliability, maintainability, and affordability throughout the DIME and EOSAS hardware/software lifecycle. Research and development shall occur in the following areas: Technical Scope: Baseline effort is expected to be performed primarily at the DIME Laboratory and to include the operation of the DIME and EOSAS Simulator instrumentation, control and data processing equipment, image generation hardware, threat systems and testbeds, threat simulators, and laser systems. The EOSAS facility includes the ITIS, which is currently under development under a separate contract. This effort requires periodic verification of simulator performance, training of Air Force personnel in equipment operation, and design of electronic and electro-optical (E-O) hardware to meet unique test situations. Engineering design modifications are to be generated, as necessary, for upgrading or modifying the existing complement of equipment and/or methods of operation to fulfill a particular test requirement. These designs shall be reviewed by government personnel and implementation shall proceed via incrementally funded Delivery Orders (D.O.s). Additional engineering efforts are expected to be required from time to time to meet urgent needs such as the emergence of unique technical problems or to handle heavy, time-critical workloads. Such workloads might involve exploitation efforts and off-site testing of hardware that is special or unique. The successful contractor will be required to provide necessary materials and equipment to prevent significant work stoppages due to equipment, parts, effort needed for testing, and equipment modifications, which are not readily obtainable from Air Forceinventory. The contractor will be responsible for the effort covered by the Baseline D.O. and additional specific D.O.s issued by the Contracting Officer in the following areas as a minimum: BASELINE: 1) Test and development efforts using DIME, EOSAS (and ITIS) simulators, 2) Design, development, fabrication, checkout, and documentation of Special Test Equipment, 3) Maintenance of equipment not maintained by the government, 4) Engineering expertise from the contractor facilities in specialty areas, and 5) IRCM Testing. Additional D.O.s are expected to be issued to expand baseline efforts and initiate new projects, including, but not limited to the following: 1) Assessment of system of equipment modification requirements, 2) Modification and upgrade of existing systems or support equipment, 3) IRCM testing remote from the DIME Laboratory environment, and 4) Exploitation efforts unique or exceeding baseline capability. Further, activities including, but not limited to the following, are expected to be performed in the Tower Facility (LID Range) as part of the DIME facility's capabilities starting in the year 2001: 1) Development of detailed plans for each experiment or test field, 2) Design and implementation of necessary changes and improvements to the LID Range, 3) Conduct of experiments and field tests, 4) Maintenance of the LID Range, and 5) Planning for acquisition, reduction, analysis and documentation of results. (2) DELIVERABLE ITEMS: Additional information outlining DIDs and deliverables is included in the Supplemental Package, described below. (3) SECURITY REQUIREMENTS: TOP SECRET facility and storage requirements apply. C. ADDITIONAL INFORMATION: Additional information for this acquisition is included in a Supplemental Package, which is classified SECRET. Access to the Supplemental Package is limited to offerors with secret clearances who provide a written request to the Contracting Officer referenced above no later than 27 May 98. All Supplemental Packages will be prepared and mailed to interested offerors upon verification of their facility clearances. Please include your firm's complete address, administrative point of contact and Contractor and Government Entity Code (CAGE) when requesting the supplemental package. D. PROPOSAL PREPARATION: This information is included in the above referenced Supplemental Package. E. BASIS FOR AWARD: Additional information, outlining the evaluation factors, for award is included in the above referenced Supplemental Package. The Government retains the right to accept any, all or none of any proposal. F. POINTS OF CONTACT: (1) Technical: Engineers, George Vogel, AFRL/SNJW, telephone 937-255-7102 ext. 3710, e-mail vogelga@sensors.wpafb.af.mil, or Mark Nosek, AFRL/SNJW, telephone 937-255-4174 ext. 4020, e-mail nosekmg@sensors.wpafb.af.mil. (2) Contracting: Jane Hendricks, Contract Negotiator, AFRL/SNKE Bldg 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, telephone 937-255-3379, e-mail hendrija@sensors.wpafb.af.mil or Nancy F.I. Stormer, Contracting Officer, AFRL/SNKE Bldg 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, telephone 937-255-5311, e-mail stormenf@ sensors.wpafb.af.mil. (3) An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or Contracting Officer, but to communicate Contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the selection decision. Interested parties are invited to contact: Lt Col James P. Bixler, Det 1 AFRL/PK, 2530 C Street, Bldg 7, Wright-Patterson AFB, OH 45433-7607. E-Mail: bixlerjp @wl.wpafb.af.mil, Commercial: 937-255-5311, DSN: 785-4813. All routine communication concerning this acquisition should be directed to the Contracting Officer referenced above!! (0139)

Loren Data Corp. http://www.ld.com (SYN# 0004 19980521\A-0004.SOL)


A - Research and Development Index Page