|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364United States Air Force, Air Force Materiel Command, AFRL -- Rome
Research Site, AFRL/Information Directorate, 26 Electronic Parkway,
Rome, NY, 13441-4514 A -- THROUGH THE WALL SURVEILLANCE AND CONCEALED WEAPONS DETECTION SOL
BAA-99-04-IFKPA POC Joetta Bernhard, Contracting Officer, Phone (315)
330-2308, Fax (315) 330-7790, Email bernhard@rl.af.mil WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=BAA-99-04-IFK
PA&LocID=1142. E-MAIL: Joetta Bernhard, bernhard@rl.af.mil. Points of
Contact: Mr. David D. Ferris, AFRL Program Manager, 315-330-4408,
ferrisd@rl.af.mil; Joetta A. Bernhard, Contracting Officer (315)
330-2308, bernhard@rl.af.mil. DESCRIPTION: The Air Force Research
Laboratory's Information Directorate (AFRL/IF) and the National
Institute of Justice's Office of Science and Technology (NIJ/OST) are
soliciting proposals for the development and demonstration of
innovative technology to better detect concealed weapons (CW) in the
hands of criminals -- the number one technology priority of the state
and local law enforcement community -- and to provide law enforcement
officers and military personnel engaged in peace keeping the ability to
conduct surveillance through exterior and interior building walls in
hostage rescue situations. Technology that lends itself to
school-security/school- safety is also of interest. AFRL/IF and NIJ/OST
will entertain responses to this solicitation that propose either
development of new technology or demonstration and evaluationof
existing technology. Of particular interest are technologies that: (1)
are low cost in production; (2) are portable, optimally handheld or as
small as possible; (3) provide the ability to detect weapons or survey
individuals through walls at a distance; (4) can be used to enhance
school safety; and, in regard to weapons detection, (5) can detect
weapons with little or no metal content, and explosive materials. One
area of interest is the detection of living humans through walls at
ranges of up to 100 feet (30 meters). An awareness of where living
people are located within a building is necessary when dealing with
hostage situations, terrorism, counter terrorism, etc. AFRL/IF and
NIJ/OST have also been developing technology to detect both metallic
and non-metallic weapons (guns and edged weapons) that are concealed
beneath a persons clothing. This CWD technology development program has
been ongoing since 1995 and has the goal of standoff detection of these
concealed weapons at a range of 10 meters. Finally, approaches are
sought for the purpose of enabling the transition of sensor collection
technology to the resource allocation and information management
process that logically occurs further down stream in the CONOPs for
special operations and law enforcement. PROGRAM SCOPE: Technical areas
of interest include phenomenological issues associated with TWS and
CWD, TWS and CWD breadboard/brassboard/prototype development, enabling
technology development, enhancing technologies, and technologies for
the purpose of enabling the transition of sensor collection technology
to the resource allocation and information management process that
must occur for the purpose of information dissemination and
utilization. TWS phenomenological issues include the reflective,
transmissive, and absorptive effects of the atmosphere and various wall
materials and their effect on TWS performance. Of particular interest
are technologies that are capable of "seeing through" or penetrating
metallic walls. Phenomenological issues associatedwith living humans
such as movement, heart beat, respiration, sounds, etc. are also of
great interest to the TWS program. Phenomenological issues associated
with both metallic and nonmetallic weapons, attenuation and reflective
characteristics of various types of clothing (i.e. winter vs. summer
clothing, heavy leather etc.) is of interest to the CWD program.
Applicable TWS and CWD breadboards/brassboards/prototypes include but
are not limited to imaging and non-imaging radar systems, acoustic
technology, radiometers, low dose backscatter systems, etc. The
proposal must clearly explain how the technology developed is
compatible with or is capable of exploiting the appropriate
phenomenology. Enabling technologies are those technologies that are
not currently mature enough to integrate into a TWS or CWD system but
whose development is necessary to meet the long term cost, performance,
size, and/or implementation goals. These enabling technologies include
unique antenna designs, low cost/producible MMIC designs, scanning
improvements, etc. The proposal must explain how these enabling
technologies will improve the performance of the TWS or CWD system.
Enhancing technologies are those technologies that are not directly
part of the TWS or CWD system but the integration of such technology
could enhance the overall system performance. An example of an
enhancing TWS technology is a tag that could be worn by a person that
positively identifies the "tagged" person. The tag could also be used
to alleviate some of the detrimental phenomenological issues associated
with various wall types by reflecting or transmitting a much stronger
signal than would be otherwise be reflected or emitted from the person
being surveyed. In the case of CWD an enhancing technology might be a
unique approach to processing that would interpret the sensor data and
automatically decide whether the person had a concealed weapon. Sensor
technology transition, resource allocation and information management
technology includes proposals that deal with infrastructure backbone
including information processing/exploitation/dissemination and the
necessary telecommunications to enable successful interoperability
between special operations units or law enforcement agencies. The
proposals will be broken into four categories; TWS, CWD, sensor
technology transition and interoperability. The offeror must also state
whether the technology proposed is near-term or long-term. Near-term
proposals are those that propose technology that can at least be
demonstrated in a brassboard form within 2 years. Long-term proposals
must propose technology that can be demonstrated in a breadboard form
within 2 years and brassboard form within 5 or 6 years. THIS
ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION. DO NOT SUBMIT A
FORMAL PROPOSAL AT THIS TIME. EVALUATION CRITERIA: Proposals will be
evaluated using the following criteria in descending order of
importance: (1) overall scientific and technical merit; (2) potential
contributions/relevance to NIJ, Air Force and DoD; (3) capabilities and
experience;(4) plans and capabilities to accomplish technology
transfer; and (5) total cost and cost realism. (NOTE: Cost realism will
be used as an evaluation criterion only in proposals, which have
significantly under or over estimated the cost to complete the effort).
In addition, the Government will consider other factors, such as past
and present performance on recent Government contracts and the capacity
to perform the requirements of the effort. GENERAL INFORMATION:
Prospective offerors should first submit a 5 -- 10 page white paper
that describes their technical approach, an estimate of the cost, a
schedule, a description of the deliverables (i.e. final report,
breadboard, brassboard, etc.) and whether the proposal is intended to
be short-term or long-term technology development. Based on the
technical, financial and schedule content of the white paper the
government will decide whether to request a proposal. Offerors are
required to submit an original and (5) copies of their white paper with
a cover letter indicating whether the offeror is a large, small,
woman-owned small business, Historically Black College or University,
or Minority Institution, to AFRL/IFEM, ATTN: David Ferris, 32 Brooks
Road, Rome, NY 13441-4114 by 7 Jul 1999. Also, small business only
should send one (1) copy of the cover letter only (1st Class Mail,
Unclassified only) to ATTN: Ms Janis Norelli, Director of Small
Business, AFRL/IFB, 26 Electronic Parkway, Rome NY 13441-4514. Options
are discouraged and unpriced options will not be considered. Offerors
must mark their white papers with the restrictive language stated in
FAR 15.609(a). Multiple white papers may be submitted in different
areas of technology. White papers are limited to a total page count of
10 pages and shall be double-spaced with a font no smaller than 12
pitch. NIJ has budgeted approximately $4.0 million in FY99. Additional
funding will be available in FY00 and FY01. The total value of all
efforts awarded under this BAA will not exceed $15 million. Proposals
should be for up to 24-months of effort, and range in value between
$500,000 -- $1M. This effort should include those tasks necessary to
get to a breadboard system (in the case of long term technology) or a
brassboard system (in the case of near term technology). It is
anticipated that the effort will be modified via an engineering change
proposal for continued technology development with the ultimate goal
of a demonstration. The demonstration will depend on the type of
technology developed and whether the technology is considered near term
or long term. Only government evaluators will make selections under
this BAA. Personnel from the Air Force Research Laboratory and the
National Institute of Justice, as well as other federal agencies and
state and local police agencies will evaluate proposals. Most awards
are expected O/A 17 October 99. The cost of preparing proposals in
response to this announcement is not an allowable direct charge to any
resulting contract or any other contract, but may be an allowable
expense to the normal bid and proposal indirect cost in FAR 31.205-18.
An Ombudsman has been appointed to hear significant concerns from
offerors or potential offerors during the proposal development phase of
this acquisition. Routine questions are not considered to be
"significant concerns" and should be communicated directly to the
Contracting Officer, Joetta A. Bernhard, and (315)330-2308. The purpose
of the Ombudsman is not to diminish the authority of the Contracting
Officer or Program Manager, but to communicate contractor concerns,
issues, disagreements and recommendations to the appropriate Government
personnel. The Ombudsman for this acquisition is Vincent Palmiero,
Deputy Chief, Contracting Division, AFRL/IFK at (315) 330-7746. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of the proposals or in the source selection process. This
BAA is open and effective for twenty-four months from the date of the
publication of this notice. To receive a copy of the AFRL "BAA & PRDA:
A Guide for Industry," Sep 1996 (Rev), write ATTN: Lucille Argenzia,
AFRL/IFK, 26 Electronics Parkway, Rome, NY 13441-4514, or fax her at
FAX 315-330-4728, or the guide may be accessed at:
http://www.rl.af.mil/div/IFK/bp-guide.html. All responsible firms may
submit proposals, which shall be considered. Respondents are asked to
provide their Commercial and Government Entity (CAGE) number with their
proposal(s) and reference BAA 99-04-IFKPA. Only Contracting Officers
are legally authorized to commit the Government. Posted 06/08/99
(D-SN340373). (0159) Loren Data Corp. http://www.ld.com (SYN# 0005 19990610\A-0005.SOL)
A - Research and Development Index Page
|
|