Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

A -- Innovative Radar Sensor Technology

Notice Date
1/22/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
BAA-09-02-RIKA
 
Point of Contact
Lynn G. White,, Phone: (315) 330-4996
 
E-Mail Address
Lynn.White@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
TITLE: Innovative Radar Sensor Technolgy ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 09-02-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: AFRL Rome Research Site is soliciting white papers for innovative approaches in the area of advanced radar technology that will overcome deficiencies in existing and planned radar systems to detect, track, and identify aircraft, missiles, spacecraft, space debris, ground vehicles, and subsurface complexes in clutter and countermeasure environments. The survivability of new and existing systems must also be improved without the use of decoys. Upgrades to existing Intelligence, Surveillance and Reconnaissance (ISR) Platforms and demonstrations to support transition to the next level of technology development, and evolutions to new sensors and concepts (Unmanned Air Vehicles, Space Based Platforms, etc.) need to be addressed. Sensor concepts should include multiple configurations with characteristics supporting diverse multimission requirements including Airborne Moving Target Indicator (AMTI), Ground Moving Target Indicator (GMTI) and Synthetic Aperture Radar (SAR), Multiband SAR/Tomographic Imaging features, and Foliage Penetrating (FOPEN) Radar. These concepts include both Monostatic and Multistatic solutions. Lookdown Bistatic concepts should include bistatic receivers using radiators of opportunity (TV, FM etc.) with large wideband receive antennas. Areas of interest include new and innovative advances in system architectures, hardware, software and/or signal processing algorithm improvements, diverse transmit waveforms, survivability, positional estimation improvements, unique concepts in radar system design, Multi-Basing Look Down Surveillance (Air and Space), Augmentation of Reconnaissance Capabilities (development of new surveillance capabilities in Reconnaissance sensors), Ground Penetrating Radar, Bistatic/Multistatic Radar (Non-cooperative emitter stand alone sensors and Cooperative augmentation of existing ISR Platforms through UAVs), the architecture and signal processing for expendable UAV radar probes and theater missile defense. Additional technology areas include the measurement, test, analysis and modeling efforts that are required to support the development of advanced radar systems. The primary emphasis is to identify and demonstrate promising technologies for both monostatic and multistatic radar sensors in the areas of Space Time Adaptive Processing, both Adaptive and Knowledge Based (KB), Multi-Channel Signal Processing Techniques, Innovative and Wideband Processing Techniques, Multi-Dimensional Processing Techniques, Improved radar system performance developments in spread doppler clutter environment for a theater application and, in general, technologies that may significantly improve the performance of advanced radar systems. The successful application of these approaches will require a broad spectrum of expertise, covering hardware, software, and systems technology. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.9 M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 09 - $16.6M; FY 10 - $8.3M. Individual awards will not normally exceed 24 months with dollar amounts normally ranging between $100 K to $4.9 M per year. There is also the potential to make awards up to any dollar value. Awards of efforts as a result of this announcement will be in the form of contracts, grants, or cooperative agreements depending upon the nature of the work proposed. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting office focal point, Lynn G. White, Contracting Officer, telephone (315) 330-4996 or e-mail Lynn.White@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 09-02-RIKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITING WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal, see Section VI of this announcement for further details. For additional information, a copy of the AFRL/Rome Research Sites "Broad Agency Announcement (BAA): A Guide for Industry," April 2007, may be accessed at: http://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/Reference%2DNumber%2DBAAGUIDE/listing.html 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 3 copies of a 3 to 5 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email)(this section is NOT included in the page count); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA 09-02-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph six of this section. 3. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following date to maximize the possibility of award: FY 09 by 1 Mar 2009 and FY10 by 1 Oct 2009. White papers will be accepted until 2pm Eastern time on 29 Jan 2010, but it is less likely that funding will be available after the date cited. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY, are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: https://www.dss.mil/portal/ShowBinary/BEA%20Repository/new_dss_internet//isp/fac_clear/download_nispom.html. 6. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Elaine Kordyban AFRL/RYRD 26 Electronic Parkway Rome, NY 13441 Electronic submission to Elaine.Kordyban@rl.af.mil will also be accepted. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, in which Criteria 1-3 are of equal importance and Criteria 4 is of lesser importance than Criteria 1-3, will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government: (1) Overall scientific and technical merits, (2) Innovativeness of the approach and/or technologies, (3) Applicability to military electronic systems, (4) Reasonableness and Realism of Proposed Costs and fees (if any). No further evaluation criteria will be used in selecting white papers/proposals. Individual white paper/proposal evaluations will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. 2. REVIEW AND SELECTION PROCESS: Only Government employees will evaluate the white papers/proposals for selection. The Air Force Research Laboratory's Information Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. VI. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after proposal submission. 2. REPORTING: Once a proposal has been selected for award, offerors will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding its use. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Elaine Kordyban Telephone: (315) 330-4854 Email: Elaine.Kordyban@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lynn White Telephone (315) 330-4996 Email: Lynn.White@rl.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Susan Hunter Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7130 FAX: (937) 225-5036; Comm: (937) 255-7754 All responsible organizations may submit a white paper which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d984758e70b7c018dfc57070d8a5fcdf&tab=core&_cview=1)
 
Record
SN01736461-W 20090124/090122220107-d984758e70b7c018dfc57070d8a5fcdf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.