Originally Posted By: Hpasp
... for all those modern Patriot/S-300 systems, and again the S-75/125 emerge out as a clear winner.


Long live vacuum tubes..! But as I knew, even modern systems could be protected by so called "Faraday cage"..

P.S. It wouldn't be so easy:

Click to reveal..

1BROAD AGENCY ANNOUNCEMENTBAA-08-RD-04Air Force Research Laboratory/Directed Energy Directorate ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: Counter-Electronics High PowerMicrowave Advanced Missile Project Joint Capability Technology Demonstration(CHAMP JCTD)BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-08-RD-04CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 AIRFORCE DEFENSE RESEARCH SCIENCES PROGRAM and 12.910 RESEARCH ANDTECHNOLOGY DEVELOPMENTBRIEF PROGRAM SUMMARY:The High Power Microwave Technologies Branch of the Air Force Research Laboratory(AFRL), Directed Energy Directorate (RD), Kirtland AFB New Mexico, is seekinginnovative techniques and approaches for the development of non-lethal weaponstechnology that targets high valued electronic systems.Combatant Commanders (COCOMS) have expressed desires for additional militaryoptions against the variety of electronic systems that are used in military, industrial, civil,and asymmetrical applications. To provide viable military options to the COCOMS, theAir Force Research Laboratory, Directed Energy Directorate’s High Power MicrowaveDivision (AFRL/RDH) is seeking to develop and demonstrate the capability andoperational utility of a high power microwave (HPM) aerial demonstrator.The objective of this effort is to develop, test, and demonstrate a multi-shot and multi-target aerial HPM demonstrator that is capable of degrading, damaging, or destroyingelectronic systems. For this effort, the contractor shall develop a compact HPM payloadfor integration into an aerial platform. The contractor shall produce five aerialdemonstrators. One aerial platform without the HPM source shall be developed for aflight test to demonstrate delivery, controllability, and fuzing. The remaining four aerialplatforms with the integrated HPM source shall be developed for flight testing,demonstration, and HPM effects tests. Of the four HPM prototypes, one shall be used forground tests, two shall be used for flight tests, and the remaining one shall be used as aback-up for the flight test.This is a Broad Agency Announcement (BAA) describing the research area of interestfor the CHAMP JCTD program. A single award contract is anticipated with a 36-monthtechnical effort/period of performance.PROPOSAL DUE DATE AND TIME: Proposals are due 15 Jan 2009 12:00 noon,Mountain Standard Time (MST). Proposals received after this due date and time shall begoverned by the provisions of FAR 52.215-1(c) (3).
2ESTIMATED PROGRAM COST: Anticipated contract funding: FY09: $9M; FY10:$17M; FY11: $10M; FY12: $4M; Total $40M. This funding profile is an estimate onlyand will not be a contractual obligation for funding. All funding is subject to change dueto Government discretion and availability. All potential offerors should be aware that dueto unanticipated budget fluctuations, funding in any or all areas may change with little orno notice.GENERAL INFORMATION: The applicable NAICS code for this announcement is541712 with a size standard of 500 employees. This acquisition is unrestricted. ThisBAA is issued under the provisions of Federal Acquisition Regulation paragraph6.102(d)(2) that provides for the competitive selection of research proposals. Theproposals submitted in response to this BAA that is selected for award is considered tobe the result of full and open competition and in full compliance with the provisions of PL98-369, the Competition In Contracting Act of 1984. There will be no otherannouncement issued for this requirement. Offerors MUST monitorFedBizOpps/EPShttp://www.fbo.gov in the event this announcement is amended.TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award theinstrument best suited to the nature of research proposed. It is anticipated that awardunder this BAA will be cost plus fixed fee (CPFF), completion form contract, whichrequires successful offeror to have an accounting system considered adequate fortracking costs applicable to the contract.ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimumof one contract. However, the Air Force does reserve the right to make multiple awardsor no awards pursuant to this BAA.Technical Point of Contact: The technical point of contact for this BAA is Mr. RobertTorres, AFRL/RDHA, Kirtland AFB, NM, Phone 505-846-8054, EmailRobert.Torres@kirtland.af.mil. Contracting Points of Contact: The contracting points of contact for this BAA are:Contract Specialist: Ms. Rita Varley, AFRL/RDKP, Kirtland AFB, NM, Phone 505-846-4398, Email Rita.Varley@kirtland.af.mil;or Contracting Officer: Ms. Kay Davis, AFRL/RDKL, Kirtland AFB, NM, Phone 505-284-2240, Email Kay.Davis@kirtland.af.mil
3BROAD AGENCY ANNOUNCEMENTBAA-08-RD-04Air Force Research Laboratory/Directed Energy Directorate FULL TEXT ANNOUNCEMENT1. REQUIREMENT DESCRIPTIONA. The Air Force Research Laboratory (AFRL) Directed Energy Directorate (RD) isinterested in receiving proposals from all offerors to advance the state-of-the-art andscientific knowledge in directed energy technology. Proposals must address thespecific requirements of the attached Statement of Objectives, providing viable militaryoptions to the Combatant Commanders (COCOMS), the Air Force Research Laboratory,Directed Energy Directorate’s High Power Microwave Division (AFRL/RDH) indeveloping and demonstrating the capability and operational utility of a high powermicrowave (HPM) aerial demonstrator.B. This is a Broad Agency Announcement (BAA) describing the research area ofinterest for the CHAMP JCTD program. A single award of a contract is anticipated witha 36-month technical effort/period of performance.C. The objective of this effort is to develop, integrate, test, and demonstrate a multi-shotand multi-target aerial HPM demonstrator that is capable of degrading, damaging, ordestroying electronic systems. For this effort, the contractor shall develop a compactHPM payload for integration into an aerial platform. The contractor shall produce fiveaerial demonstrators. One aerial platform without the HPM source shall be developed fora flight test to demonstrate delivery, controllability, and fuzing. The remaining four aerialplatforms with the integrated HPM source shall be developed for flight testing,demonstration, and HPM effects tests. Of the four HPM prototypes, one shall be used forground tests, two shall be used for flight tests, and the remaining one shall be used as aback-up for the flight test.Offeror(s) will require access to classified data to adequately respond to theGovernment’s requirements. Offeror(s) shall contact Capt Michael Leaver, AFRL/RDHA,(505) 853-7553 to verify credentials for transmission over the SIPRnet or to schedule avisit to view classified documents. Only individuals with verifiable credentials at theSECRET level will be granted access.D. CONTRACT DATA REQUIREMENTS LIST (CDRLs). The following datadeliverables are representative of the types of data that will be required. The full textCDRLs are included at Exhibit A to the model contract.A001 –Presentation MaterialsA002 –Status ReportA003 –Scientific & Technical ReportA004 –Developmental Design Drawings and Associated ListsA005 –Test PlanA006 –Contract Funds Status Report (CFSR)A007 –Computer Software Program End ItemA008 – Software User’s Manual A009 –Technical Report-Study Services 4A010 –Integrated Master Schedule (IMS)A011 –Contract Work Breakdown Structure (CWBS)A012 –Contract Performance Report2. ANTICIPATED FUNDINGAnticipated contract funding: FY09: $9M; FY10: $17M; FY11: $10M; FY12: $4M;Total $40M This funding profile is an estimate only and will not be a contractualobligation for funding. All funding is subject to change due to Government discretion andavailability. All potential offerors should be aware that due to unanticipated budgetfluctuations, funding in any or all areas may change with little or no notice.3. POINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC).1) The technical point of contact for this BAA is Mr. Robert Torres, AFRL/RDHA,Kirtland AFB, NM, Phone 505-846-8054, Email Robert.Torres@kirtland.af.mil. B. CONTRACTING POINTS OF CONTACT:1) The contracting points of contact for this BAA are:a) Contract Specialist: Ms. Rita Varley, AFRL/RDKP, Kirtland AFB, NM,Phone 505-846-4398, Email Rita.Varley@kirtland.af.mil b) Contracting Officer: Ms. Kay Davis, AFRL/RDKL, Kirtland AFB, NM,Phone 505-246-2240, Email Kay.Davis@kirtland.af.milC. OMBUDSMAN:AFFARS CLAUSE5352.201-9101 Ombudsman(AUG 2005) is hereby incorporatedinto this BAA and will be made a part of any awards based on this solicitation. Theombudsman for AFRL is Ms. Sue Hunter, AFRL/PK, 1864 4th Street, Bldg 15, Room225, Wright-Patterson AFB, OH, 45433-7130, Phone 937.255.0432, Fax 937.255.5036,E-mail Sue.Hunter@wpafb.af.mil.4. COMMUNICATIONSA. Prospective offerors are reminded to contact the technical point of contact to verifyinterest in the effort to be proposed and the funding availability PRIOR to committing anyresources to the preparation of any proposals in response to this announcement.Foreign owned firms are advised they may be precluded from proposing. These firms are advised to contact the Contracting Point of Contact or TPOC before submitting a proposal to determine whether there are restrictions on receiving an award. B. Dialogue between prospective offerors and Government representatives isencouraged until submission of proposals. Discussions with any of the points of contactshall not constitute a commitment by the Government to subsequently fund or award any
5proposed effort. Only Contracting Officers are legally authorized to commit theGovernment.C. Proposals are due 15 Jan 2009, 12:00 noon, Mountain Standard Time (MST).Proposals received after the due date and time specified shall be governed by theprovisions of FAR 52.215-1(c) (3).D. Proposals for FAR type contracts should be submitted to: Contracting Specialist:AFRL/RDKP, Attn. Rita Varley, 2251 Maxwell Ave SE, Bldg 424, Kirtland AFB, NM,87117. Proposals sent to any inappropriate address are ineligible for award. Proposalsfor FAR contracts sent via facsimile or electronic means will not be accepted.E. There will be no other announcement issued for this requirement. Offerors MUSTmonitorFedBizOpps/EPS http://www.fbo.gov in the event this announcement isamended. Offerors must monitor this system to ensure they receive the maximumproposal preparation time for subsequent amendments as this is the official notificationvehicle to request proposals.F. Potential offerors are requested to advise the Contracting Officer if they intend tosubmit a proposal in response to this BAA. Such notification is merely a courtesy and isnot a commitment by the offeror to submit a proposal.5. GENERAL INFORMATIONPotential offerors are advised of the following:A. The applicable NAICS code for this announcement is 541712 with a size standard of500 employees.B. This acquisition is unrestricted. This BAA is issued under the provisions of FederalAcquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selectionof research proposals. The proposals submitted in response to this BAA that is selectedfor award is considered to be the result of full and open competition and in fullcompliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984.C. AFMCFARS 5352.209-9002 Organizational Conflict of Interest, Alternates III and VImay apply. This issue and the need for this clause and applicable alternates will beresolved prior to the award of any instrument resulting from an offeror’s proposal. D. Information critical to developing complete and responsive offers to Phillips ResearchSite (PRS) Contracting and Assistance opportunities can be found on the PRSContracting and Assistance Information Fact Sheet, which may be accessed atwww.kirtland.af.mil/prs/. Information on this fact sheet includes Cost-ProposalInstructions, PRS Representations and Certifications, Proposal Content Checklist andCertifications for Grants and Cooperative Agreements.E. Department of Defense (DOD) Federally Funded Research and DevelopmentCenters (FFRDCs) (C31 Lab, Lincoln Laboratory, or Software Engineering Institute) maysubmit proposals in response to this announcement. Other FFRDCs or contractors thatpropose using FFRDCs not discussed herein shall provide rationale in its proposal that
6the research is within the purpose, mission, general scope of effort or specialcompetency of the FFRDC and that research to be performed would not place theFFRDC in direct competition with the private sector. The Government does not intendthat FFRDCs use privileged information or access to facilities to compete with the privatesector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must providerationale in its proposal that supports the unique capability of the FFRDC. Also, thecontractor’s proposal must demonstrate that the FFRDC can accept work from other than the sponsor.F. It is anticipated a DD Form 254, Contract Security Classification Specification with aclassification level of Secret will be required during the performance of this contract.G. Research areas may involve technology that is subject to U.S. Export Control Laws.The Government anticipates that the award will be unclassified with limited access.Therefore, only offerors who are certified by the Defense Logistics Information Service(DLIS) may submit proposals. For questions, contact DLIS on-line [url=athttp://www.dlis.dla.mil/jcp]athttp://www.dlis.dla.mil/jcp[/url] or at DLIS, US/Canada Joint Certification Center, FederalCenter, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572.6. AWARD INFORMATIONA. TYPE OF CONTRACT/INSTRUMENT: The Air Force reserves the right to award theinstrument best suited to the nature of research proposed.The Government anticipates that the award under this BAA will generally be cost-plus-fixed-fee (CPFF), completion form contract, which requires the successful offeror to havean accounting system considered adequate for tracking costs applicable to the contract.A model contract, based on this anticipation, is included as an attachment to thisannouncement. Offerors proposing this type of contract should carefully review themodel contract attached and indicate in their proposal whether or not they takeexception to any of the model contract terms and conditions.B. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding aminimum of one contract pursuant to this BAA. However, the Air Force does reserve theright to make multiple awards or no awards pursuant to this BAA.C. Proposals are intended to be evaluated, and award made without discussions,unless discussions are determined to be necessary. However, the Government mayobtain clarifications to determine proposal acceptability. Discussions may be held withprospective awardees prior to award if needed. In the event the Government is unableto conclude negotiations with the apparent successful offeror(s), it reserves the right toconduct negotiations with another acceptable offeror.7. PROPOSAL PREPARATIONA. GENERAL INSTRUCTIONS:1. This BAA is an expression of interest only and does not commit theGovernment to pay for proposal preparation cost. The cost of preparing proposals inresponse to this BAA is not considered an allowable direct charge to any resulting
SearchSearch History: Searching...Result 00 of 0000 results for result for p. Champ Solicitation v8 4 Dec 2008 Published




Last edited by piston79; 12/15/12 07:12 PM.