|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1995 PSA#1392Advanced Research Projects Agency (ARPA), Contracts Management Office
(CMO), 3701 North Fairfax Drive, Arlington, VA 22203-1714 A -- RADIO FREQUENCY PHOTONICS SOL BAA95-39 DUE 122995 POC Dr. Brian
M. Hendrickson, ARPA\MTO, FAX: (703) 696-2201. The Advanced Research
Projects Agency (ARPA) solicits preproposals, and subsequently, full
proposals for innovative technical research and development in
photonics - based radio frequency (RF) technology. Heretofore, research
has focused on digital photonics and optoelectronics. This program
seeks to develop analog RF photonics and optoelectronics technology to
demonstrate high performance impact on military RF systems. Program
Goals and Objectives: The overall goal of the RF Photonics program is
to demonstrate and quantify by experimental hardware development how
photonics technology will impact military RF systems. Offerors are
required to propose specific Tasks, and / or Technology Studies, and /
or Device Developments. The aim of the proposed Tasks must be to focus
the technology to obtain realistic design and engineering against
military RF system operation. The aim of the proposed Technology
Studies (with experimental hardware for proof-of-concept if
appropriate) is development of high payoff RF Photonics technology
which could revolutionize military RF systems. The aim of the proposed
Device Developments is to achieve potential breakthrough prototype
devices that could have a major impact on system performance.
Parameters for Tasks and Technology Studies: All Tasks and / or
Technology Studies and / or Device Developments proposed must consider
optimizing system performance from a spur free dynamic range (SFDR)
and noise figure (NF) point of view. SFDR's of 130 dB per Hz to the 2/3
power and NR's less than 3 dB are considered desirable. Implementations
at the .85 micron wavelength are not encouraged. The use of analog
optical processing technologies to maximize the time in the optical
domain (and attendant size / power impact) is encouraged but not
mandated. Digital electronic or optoelectronic processing may be
proposed, but the offeror must show how the introduction of digital
processing judiciously mixes with an RF photonics implementation to
assure optimum performance. Offerors are required to propose Tasks in
two phases: Phase 1 (with a term of 12-18 months) will involve study,
design and breadboarding of designs for in-depth evaluation and
possible insertion of technology from parallel developments. Phase II
(with a term of 24-36 months) must be proposed as an option and will
involve fabrication of experimental or prototype hardware which is
capable of quantification to assess performance impact on military RF
systems. To minimize program risk, it is anticipated that both
Technology Studies and Device Developments will be conducted over an
18-24 month duration, with performance terms overlaping both Phase I
and Phase II of the Tasks awarded. Tasks, Studies and Devices of
Interest: The following Types of Tasks are of interest, but not
required: (T1) Multiband RF signal distribution operating from 1 to 100
GHz, demonstrating RF frequency independence, (T2) Tunable Optical
Heterodyne Transmitter / Receiver operating from 1 - 100 GHz with
incremental tuning capability of 1 GHz. Channelizers capable of
operation in the 1- 100 GHz range with 1 GHz resolution are also of
interest, (T3) Optical Null Steering Antenna Processor with wideband
null steering implemented at the RF frequency. The goal here would be
50 dB with up to ten jammers and ten simultaneous beams as a design
goal. For this type of task, frequency ranges of 1-20 GHz and EHF
frequencies would be of interest, (T4) Reconfigurable Shared Aperture
Transmit / Receive Phased Array to demonstrate operation at multiple
frequency bands (e.g. C, Ku, EHF) with a common aperture. Up to four
(4) simultaneous beams with beam forming accomplished optically are of
interest, (T5) Wideband Optically Controlled Antennas / Conformal
Phased Arrays / Processors to demonstrate remote control and beam
forming of multiple sparse antennas and/or phased arrays. Tasks of this
type may focus on Optical implementation of a Butler Matrix, monopulse
beamforming, multi-aperture beam forming / direction finding.
Frequencies of interest are 1-18 Ghz and EHF. The following Types of
Technology Studies are of interest, but not required: (TS1) Optimized
high SFDR / low NF RF photonic links that do not use any electronic
amplifiers, (TS2) Signal / waveform detection / analyis using RF
photonics technology, (TS3) Millimetric Wave Beam Forming for RF
imaging. Frequencies of interest are 60 GHz, 94 GHz, 120 GHz, (TS4)
All-photonic implementation with no electronics used for detection,
down-conversion or processing, (TS5) Novel antenna systems made
possible by RF photonics technology, (TS6) RF Photonics system
analytical noise studies and modeling to accurately predict system
performance. The following Types of Device Developments are of
interest, but not required: (DD1) Optical Amplifiers, (DD2) Modulators
/ Detectors, (DD3) Switches, Sources, Interconnects. Offerors must
emphasize how their proposed device developments would impact military
sytem implementation and performance. Evaluation Criteria: Selection
of one or more sources for contract award will be based on a scientific
review of proposals submitted. The major purpose of the evaluation will
be to determine the relative merit of the technical approach of each
proposal. Business and contractual aspects, including proposed cost and
cost realism, will also be considered as part of the evaluation.
Selection of proposals for award will be based on the potential
benefits to the Government weighed against the cost of the proposals,
in view of the availability of funds. Specific evaluation criteria are
as follows, listed in descending order of importance: (1) Degree to
which new and creative solutions to technical issues important to
ARPA's Radio Frequency Photonics program are proposed, (2) Feasibility
and the offeror's understanding of the proposed approach and technical
objectives, (3) Offeror's ability to implement the proposed approach as
demonstrated by specific accomplishments, availability of qualified
personnel and availability of appropriate facilities and equipment, (4)
Degree to which technical data and / or computer software developed
under the proposed contract are to be delivered to the Government with
unrestricted rights, (5) The availability of funds, proposed cost and
cost realism. Proposal Submission: The Broad Agency Announcement will
remain open until 29 December 1995. Proposals may be submitted any
time on or before 4:00 p.m. local time 29 December 1995 to the ARPA
address listed below. However, to be considered for FY'96 funding,
offerors are required to submit eight (8) copies of a preproposal which
must be received by 4:00 p.m. local time on 15 September, 1995 at the
ARPA address listed below. Full proposals are due 45 days after the
date on the letter from ARPA stating the disposition of the
pre-proposal. Initial screening of preproposals will minimize
unnecessary effort and expense in proposal preparation and review. Each
paragraph within the preproposal or full proposal containing
proprietary information shall be clearly marked and will be held in
strict confidence. No classified proposals will be accepted.
Acknowledgement of receipt of preproposals or full proposals will not
be made and submissions will not be returned. ARPA will recommend that
those offerors with promising preproposals submit full technical and
cost proposals. Preproposals and full proposals may not be submitted by
telefax or electronic mail, any so sent will be disregarded.
Pre-Proposals: Pre-proposals are strictly limited to 15 pages on
single-sided, double-spaced pages, page size not larger than 8 1/2 x 11
inches, font not smaller than 12 point, one-inch left / right margins,
1.25 inch top margins, 1/2 inch bottom margins on all sheets. The
15-page pre-proposal limit includes all figures, charts and tables.
Attached letters or statements of commitment from proposed
subcontractors do not count against the 15-page limit. The pre-proposal
must briefly address all key issues described below under the full
proposal format, and must contain a table summarizing a breakdown of
the estimated cost per task, per year. Options must be clearly
segregated in the cost estimate. Full Proposals: Full proposals shall
be formatted in two volumes. Volume 1 shall contain no cost information
and include the following sections: (A) Cover Sheet, with reference to
BAA # 95-39 including proposal title and date, name(s) of principal
investigator or primary offeror, company address, telephone number,
facsimile number and e-mail address, (B) Executive Summary, (C)
Statement of the Problem: this section clearly identifies the key
technical hurdles and goals being addressed in the proposal, (D)
Technical Approach: this section must describe how the key technical
goals will be met . Offerors must include a discussion of the
innovative aspects of the solution and a description of how the
proposed approach is superior to current state-of-the-art, (E) Program
Plan: this section includes the Statement of Work, Key Milestones,
Schedule, Deliverables, (F) Management Plan: includes management
control plan, organization, subcontractor arrangements, resumes of Key
Personnel, clear delineation of developer / implementor roles and
relationships, methodology for establishing and achieving technical
milestones, (G) Facilities and Equipment description and related
experience. Volume 1 is strictly limited to 50 pages on single-sided,
double-spaced pages with margins the same as required for pre-proposal
submissions. The 50-page count includes all tables, charts, figures
with the exception of table of contents and any attached letters or
statements of participant or subcontractor commitment. Volume 2, the
cost proposal, shall contain all cost / price information with
supporting cost schedules consistent with the offeror's cost accounting
system. Offerors are required to provide exhibits as necessary to
substantiate cost elements. Proposals must clearly link costs to
program schedules and technical milestones. Cost breakdowns for Options
(with supporting exhibits) must be clearly segregated and identified.
General Information: No formal RFP or other solicitation with regard to
this requirement will be issued and requests for same will be
disregarded. No portion of this BAA will be set aside for Historically
Black Colleges or Universities or Miniority Institution participation
due to the impracticality of reserving discrete or severable tasks
relating to RF photonics research and development. However, appropriate
small business and university participation is encouraged, and all
responsible sources capable of satisfying the Government's needs may
submit a proposal which will be considered by ARPA. This BAA is
soliciting goods and services for the direct benefit of the Government,
therefore, ARPA anticipates that Contracts (not Grants, not Cooperative
Agreements or Other Transactions) will be the resulting award
instrument. Restrictive notices notwithstanding, proposals will be
handled for administrative purposes by a support contractor Booz, Allen
and Hamilton, whose employees will execute nondisclosure statements.
Due to anticipated large response, telephone inquiries are discouraged.
This BAA is an expression of interest only and does not commit the
government to pay any preproposal or proposal costs. ARPA reserves the
right to select for negotiation and / or award all, some or none of
the proposals received. Eight (8) copies of each preproposal and / or
full proposal shall be submitted and must reference BAA #95-39. All
submissions shall be mailed to ARPA/MTO, Attention: Brian M.
Hendrickson, 3701 N. Fairfax Drive, Arlington, VA 22203-1714. (0199) Loren Data Corp. http://www.ld.com (SYN# 0001 19950719\A-0001.SOL)
A - Research and Development Index Page
|
|