Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970

Phillips 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