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