Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1999 PSA#2274

RESEARCH IN TECHNOLOGIES THAT ARE APPLICABLE TO RADIO FREQUENCY SENSOR SYSTEMS FOR NAVY AIRCRAFT RESEARCH IN TECHNOLOGIES THAT ARE APPLICABLE TO RADIO FREQUENCY SENSOR SYSTEMS FOR NAVY AIRCRAFT BAA# N00421-99-BAA-001. This is a Broad Agency Announcement (BAA) for the RF Sensors Branch of the Avionics Division of NAWCAD Patuxent River, Maryland. It is issued under the provisions of paragraphs 35.016 and 6.102(d)(2) of the Federal Acquisition Regulation which provides for the competitive selection of research proposals for scientific study or experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding. The Naval Air Warfare Center Aircraft Division, Patuxent River Maryland is interested in receiving proposals for the research efforts described below. This announcement is an expression of interest only and does not commit the Government to make any award or to pay for any response preparation costs. The cost of proposal preparation for response to a BAA is not considered an allowable direct charge to any resultant contract or any other contract. This BAA is to solicit technical/cost proposals for research in technologies that are applicable to Radio Frequency (RF) Sensor systems for Navy Aircraft. The Naval Air Warfare Center Aircraft Division, is developing and demonstrating advanced airborne early warning (AEW) radar technologies. In the past, the naval AEW surveillance mission was limited to fleet air defense over "blue water" environments. In the future, the AEW mission will expand to include area defense, with particular interest in cruise and theater ballistic missile threats. Currently, the E-2C lacks the capability to track and handoff such targets to fire control radar systems. A UHF Electronically Scanned Array (UESA) configured as a circular ring array has been proposed to provide this capability. Specifically, the UHF Electronically Scanned Array (UESA) program aims to design a UHF surveillance antenna that provides continuous 360o availability, while meeting or exceeding legacy antenna performance measures. It is anticipated that the final UESA design will incorporate between forty-eight (48) and sixty (60) end-fire elements in a circular array. Concerns have been raised about the impact of circular ring array curvature on STAP performance. The benefits of STAP have historically relied on the ability to map antenna angular response to Doppler response. When this can be done, spatial nulls can be used to cancel clutter at specific Doppler frequencies of interest. This can best be illustrated by considering a linear array oriented parallel to the aircraft velocity vector. The locus of constant clutter Doppler is visualized by the intersection of a cone centered about the velocity vector with the earth. When the array is aligned with the velocity vector, this corresponds to a single angular response from the linear array. STAP algorithms have been extended to cover the general case of a linear array, which may not be oriented parallel to the velocity vector. When there is not a good match between angle and Doppler, larger angular sectors must be nulled to cancel the same Doppler returns. This adversely effects the adaptive degrees of freedom and the radar visibility in angle and Doppler. Earlier analysis has shown that array curvature can lead to a mismatch between angle and Doppler and is the reason for the current concern. The government team has determined that at least the following critical enabling technology areas should be considered under this announcement (not in any priority order): 1) Pre- and post-processing methods that reduce the degradation when linear STAP algorithms are applied to circular ring arrays; 2) New and innovative processing methods for clutter and interference mitigation that are specifically developed for a circular ring array. Other technical areas related to circular ring arrays for radar, but not listed here, may also be considered. Critical Enabling Technologies: 1. Pre- and Post Processing Methods for Linear STAP algorithms- the Navy is interested in pre- and post-processing methods that adapt and optimize linear array STAP algorithms to a circular ring array. The incorporation of the UESA antenna into existing fleet systems may require the existing STAP processors to be retrofitted for the circular ring array. To reduce integration costs, pre- and/or post-processing methods, that reduce the degradation in performance of STAP processors developed for linear arrays, are sought. Methods must address the realistic limitations and typical designs of radar hardware (element patterns, gain and phase imbalance etc.) and real-time processing resources. 2. New and Innovative Processing Methods for Clutter and Interference Mitigation -- the Navy is interested in new and innovative processing methods for the reduction of ground clutter and mitigation of electronic countermeasures which are applicable to a circular ring array in an airborne surveillance capacity. Methods must address the realistic limitations and typical designs of radar hardware (element patterns, gain and phase imbalance etc.) and real-time processing resources. THERE WILL BE NO FORMAL REQUEST FOR PROPOSAL OR ANY SOLICITATION DOCUMENT ISSUED IN REGARD TO THIS BAA. Offerors are required to submit three copies of a two to three page white paper on their proposed research topic. The white paper should be formatted as follows: Section A: Title, period of performance, cost of effort, and name of company, Section B: Task objective, and Section C: Technical Summary. Multiple white papers may be submitted in different areas of technology. The purpose of the white paper is to preclude unwarranted effort on the part of the offeror whose proposed work is not of interest under this BAA. Those white papers found to be consistent with the intent of the BAA and of interest to the Government may be invited to submit a proposal. Such an invitation does not assure that the submitting company will be awarded a subsequent contract. When proposals are submitted, they should consist of a clear statement of objectives, a technical section which should include, but not necessarily be limited to, expected contribution of the hardware/research to the DOD RF Sensors Mission, analysis that supports feasibility, background experience, concepts, ideas, methodology, a statement of work and milestones, a biographical section describing key individuals, and a cost section. The technical proposal shall not exceed 50 pages. The cost proposal shall be submitted in a format in accordance with Federal Acquisition Regulation 15.403. Proposed technologies should be fully addressed as part of an overall system concept and include platform considerations as applicable. The proposed effort can include research and/or development and demonstration of relevant processing concepts and/or enabling technologies and hardware. Risk, potential payoffs, and time frame for proof-of-concept demonstration should also be included. For planning purposes, the period of performance is estimated to be one to three years at a level of effort of approximately one to four man-years per year. The contract type is anticipated to be a Cost plus fixed fee completion. The selection of one or more sources for contract award will be based on a scientific review of proposals submitted in response to the BAA. 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 compared to the cost of the proposals, in view of the availability of funds. The specific evaluation criteria are as follows: (1) Potential contributions of the effort to DOD priorities in RF Sensor related technologies; (2) Overall scientific and technical merits of the proposal; (3) The offeror's capabilities, related experience, and facilities; and (4) Proposed cost, adjusted for cost realism. In addition, the Government may consider other factors, such as, past and present performance on recent Government contracts and the capacity and capability to perform the requirements of the effort. No further evaluation criteria will be used in selecting proposals. This announcement will be open for one year from the date of publication. Early submission is encouraged. Awards may be made at any time throughout the year. Submission of a proposal is not restricted in any way to any particular entity. The white papers in addition to any technical questions shall be submitted to Naval Air Warfare Center Aircraft Division, Mr. Brian Freburger Code 4.5.5.5, Bldg. 2187, Unit 5, Patuxent River Maryland, 20670-1906, phone (301) 342-9104. The point of contact for contractual matters is Mr. Tom Semones (301) 342-1825 extension 129. Offerors may contact these individuals, at ant time, for clarification of technical/contractual issues and cost response format. Any negotiations that may be necessary will be conducted between the offeror and the contracting officer. Offerors are cautioned that only contracting officers are legally authorized to commit the Government. E-MAIL: semonestm@navair.navy.mil, semonestm@navair.navy.mil. Posted 01/29/99 (W-SN292640).

Loren Data Corp. http://www.ld.com (SYN# 0387 19990202\SP-0008.MSC)


SP - Special Notices Index Page