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