|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- BROAD AGENCY ANOUNCEMENT FOR ADVANCED SPACE TECHNOLOGY
DEVELOPMENT SOL BAA PKV 98-01 POC Garry L. Ford, Contract Specialist
(505) 846-4967, F. Tapia, Contracting Officer This is part two of a two
part synopsis. 01 Specific research proposals for other relevant and
especially innovative areas may also be considered. Proposals should be
narrow but deep; i.e., for the development of small component
prototypes intended to perform a single task well, rather than for
complete control systems or architectures. Offerors are expected to
have both software technology expertise and domain specific knowledge.
(ii) Astrodynamics: This sub-area covers all facets of astrodynamics,
including the conduct of advanced scientific and engineering studies
in support of project operations and future mission capabilities. These
studies include mathematical and computer modeling for astrodynamic
methods; initial orbit and trajectory determination; differential
correction; orbit propagation; debris analysis; guidance, navigation,
and control methods; and attitude determination. Proposals of specific
interest involve (a) basic research to advance the state of the art in
differential correction and high accuracy propagation techniques, to
support integration with operational laser demonstrations and other
high accuracy users; (b) the use of advanced processing algorithms to
enhance existing orbit determination techniques; and (c) the
development of software that integrates available orbit analysis tools
(COTS products) with enhancements or new products in order to address
currently unmet user requirements. Funding is estimated at 2-4 man
years for all sub-areas. Proposals will be accepted during the first
and fourth quarters. Technical points of contact: Satellite Control,
VSSW, Lt. Col. Stover, (505) 846-0461, FAX (505) 846-6053, email
stover@plk.af.mil; Astrodynamics: VSSW, Dr. Dave Spencer, (505)
846-7994, FAX (505) 846-8009, e-mail spencer@plk.af.mil. (4) REMOTE
SENSING -- This area covers technologies associated with space sensors
(active and passive). Interest lies in innovative research into
technologies for large, lightweight, multi-band space-based radar and
passive sensor systems to enable broad area, all weather, day-night,
non-deniable space-based surveillance capability for the warfighter.
Specific interests include advanced radar signal processing, automatic
target recognition, and cross cueing technologies for space-based
surveillance systems, infrared detector materials for single and
multicolor focal plane arrays with fewer defects and improved
efficiency to provide reliable missile warning & tracking and detection
of dim targets, increased detection range, and improved clutter
suppression, and low power infrared detector readout electronics to
reduce sensor spacecraft power requirements by more than half and
radiator weight, improving the affordability and operability of space
based missile warning and thereby reconnaissance and surveillance
satellites. Funding is estimated at 1 man year. Proposals will be
accepted during the first and fourth quarters. Efforts arising from
these tasks may be managed by other AFRL Directorates in addition to
the Space Vehicles Directorate. Technical point of contact: VSSS, Dr.
Paul LeVan, (505)846-9959, Fax (505)846-6098, email levan@plk.af.mil.
(5) SPACE STRUCTURES AND CONTROLS -- This area covers all structures
and structural control technologies associated with satellites and
launch vehicles including, radiation hardened enclosures, advanced
lightweight antenna and optical structures, including inflatable
structures, launch vibration isolation and jitter reduction, smart
mechanisms, magnetically-suspended momentum transfer devices, precision
deployable structures, light-weight structures supporting Space Based
Radar (SBR) and Space Based Laser (SBL) structures, combined space
effects, vibration suppression and control of precision space
structures, integrated structural modeling and design tools, expert
systems for launch and on-orbit operations, and advanced spacecraft
components, such as lightweight solar arrays, carbon-carbon thermal
radiators, and precision optical components. LAUNCH VEHICLE STRUCTURES
technology proposals such as lightweight interstage fairings and
payload shrouds, composite cryogenic tank, high temperature thermal
protection structures, advanced thrust structures and vehicle health
monitoring systems are also solicited. Additionally, proposals in
multi-functional structures that embed various layers of communications
and power into the spacecraft structural panel in lieu of the bundles
of wires are also solicited. Funding is estimated at 1-30 man-years for
this area. Proposals will be accepted during the first and fourth
quarters. Technical point of contact: VSDV, Maj Eric Herup, (505)
846-8258, FAX (505) 846-8265, email: HerupE@plk.af.mil. (6) INTEGRATED
TECHNOLOGIES -- This area covers the development of broad innovative
concepts which cross conventional space and missile technology lines as
described in (1) through (5) above. The goal is to significantly
improve spacecraft performance and/or overall operational
effectiveness. Advanced Orbit Transfer Vehicle (OTV) technologies and
low cost launch vehicle technologies and concepts are included as
integrated technologies. Estimated funding is estimated at 3 man-years.
Proposals will be accepted during the first and fourth quarter of the
fiscal year. Technical point of contact: VSD, Mr Joe Sciabica, (505)
846-6028, FAX (505) 846-4143, email: Sciabica@.plk.af.mil. C --
PROPOSAL PREPARATION INSTRUCTIONS: 1) Technical Proposal: The technical
proposal shall include an Executive Summary, Program Description,
Program Plan, Milestone Chart, Facilities and Equipment description,
description of Relevant Prior Work, Management Plan, and Resumes of Key
Individuals. The technical proposal shall also include a Statement of
Work detailing the technical tasks to be accomplished under the
proposed effort and be suitable for contract incorporation. The
technical proposal shall be limited to 70 pages (12 pitch or larger
type), double spaced, single-sided, 8.5 by 11 inch pages. The page
limitation includes all information i.e., indices, photographs,
foldouts, appendices, attachments, resumes etc. Pages in excess of this
limitation will not be considered by the government. (2) Cost Proposal:
Cost proposals should be prepared in accordance with instructions under
"Additional Information" at the following Phillips Research Site web
site, http://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm. The cost
information, other than cost or pricing data, requested therein is
necessary for the government to perform a cost realism analysis. (3)
General: Data deliverables shall be proposed that will adequately
provide the government with sufficient information to ascertain the
effectiveness of the offerors operations. Submit Technical and Cost
proposals in separate volumes. Proposals shall be valid for a period of
not less than 180 days. Proposals must reference the above BAA number,
include a unique proposal identification number, identify the subject
area of the proposal, and the applicable Phillips Research Site
Division. Unnecessarily elaborate brochures or presentations beyond
that sufficient to present a complete and effective proposal are not
desired. Proposals shall be submitted in an original and 3 copies with
the original being clearly marked in such a manner as to distinguish
it from the copies. Proposals shall be submitted to AFRL/Phillips
Research Site, Directorate of Contracting, Attn: PKVV/Garry L. Ford,
2251 Maxwell SE, Kirtland AFB NM 87117-5773. Do not send proposals to
any other address or they may not be considered for award. This
announcement is an expression of interest only and does not commit the
government to pay for proposal preparation cost. The cost of preparing
proposals in response to this BAA is not considered an allowable direct
charge to any resulting contract or to any other contract. However, it
may be an allowable expense to the normal bid and proposal indirect
cost as specified in FAR 31.205-18. Cost Reimbursement type contracts
are anticipated to be awarded. Proposals are to be submitted during the
quarters specified by each technical area in accordance with the
following schedule: First Quarter ending 9 Jan 1998, Second Quarter
ending 31 Mar 1998, Third Quarter ending 30 Jun 1998, and Fourth
Quarter ending Sept 30, 1998. Pending availability of funds, awards are
expected to be made within 180 days of the end of the quarter. To
prepare its proposal and perform services under any resulting contract,
the offeror may require access to Militarily Critical Technical Data
whose export is restricted by US export control laws and regulations.
After receipt and evaluation of proposals, the government will
determine whether the technology area will be subject to export control
laws and regulations and the offeror will be requested to submit an
approved DD Form 2345, Militarily Critical Technology Data Agreement,
as a condition for award. Contact the Defense Logistics Service Center
(DLSC), US/Canada Joint Certification Office, Federal Center, 74 North
Washington, Battle Creek Michigan 49017-4312, (1) (800) 352-3572 for
further information on the certification and approval process. If a
offeror proposes to use a Federally Funded Research and Development
Center (FFRDC) as a subcontractor, other than DoD-sponsored FFRDCs in
the capacities discussed in DFARS 235.017, it must provide rationale in
its proposal that supports the unique capability of the FFRDC so that
any proposed offer does not place the remaining agency and it's FFRDC
in direct competition with private sources. Also, the offerors proposal
must demonstrate that the FFRDC can accept work from other than the
sponsor. Each proposal shall reflect the potential for commercial
application and the benefits expected to accrue from this
commercialization. Offerors are reminded to contact the technical point
of contact to verify interest in the effort to be proposed and funding
availability PRIOR to committing any resources to the preparation of
any proposals in response to this announcement. Discussions with any of
the points of contact shall not constitute a commitment by the
government to subsequently fund or award any proposed effort. Only
Contracting Officers are legally authorized to commit the government.
Offerors must mark their proposals with the restrictive language stated
in FAR 15.509(a). Foreign owned firms are advised that they may be
precluded from becoming a prime contractor. Contract awards are
anticipated to be unclassified. D -- BASIS FOR AWARD: Evaluations will
be accomplished in accordance with AFMC FARS 5335.016(90)(d).
Technical proposals will be evaluated using the following factors in
descending order of importance based on scientific peer review: (i)
demonstrated technical and scientific merit, (ii) impact of successful
development on the performance of space systems, (iii) feasibility of
accomplishing tasks, (iv) qualifications, capabilities and experience
of key personnel. Cost proposals will be evaluated using the factor of
completeness, reasonableness and realism. Technical considerations are
more important than cost, although cost will be considered a
significant factor. Subject to the availability of funds, the
Government reserves the right to select for award any, all, part, or
none of the proposals received. E -- ADDITIONAL INFORMATION: This BAA
will be posted on the PL Contracting Bulletin Board under the PL
Acquisition Information Quick ftp repository --
http://www.plk.af.mil/ORG_CHART/PK/mainmenu.htm. PL Contracting
Bulletin Board POC is John Webb, PKM, (505) 846-4457. An Ombudsman has
been appointed to hear concerns from potential offerors during the
proposal development phase for this effort. 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. Before contacting the Ombudsman, potential offerors should
first communicate with the contracting officer. In those instances
where offerors cannot obtain resolution from the contracting officer,
they are invited to contact the PL Ombudsman, Bruce Grunsten at (505)
846-8273, AFRL/Phillips Research Site, Directorate of Contracting,
Attn: PKM, 2251 Maxwell Avenue S.E., Kirtland AFB, NM 87117-5772. When
requested, the Ombudsman will maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the award process. (This is the end of
this CBD Synopsis.) (0310) Loren Data Corp. http://www.ld.com (SYN# 0003 19971112\A-0003.SOL)
A - Research and Development Index Page
|
|