U.S. Army and Irvine Sensors Corporation Cost-Plus-Fixed-Fee Task Order for Jigsaw Phase II Prototype System
Contract Categories:
Business Finance
›
Purchase Agreements
Summary
This agreement is between the U.S. Army and Irvine Sensors Corporation. Irvine Sensors will research, develop, and build a prototype 3-D imaging laser radar (ladar) system as part of the DARPA Jigsaw program. The contract is a cost-plus-fixed-fee task order valued at $635,560, covering work from the award date for approximately three months. Irvine Sensors must build the prototype, develop data alignment and display methods, and demonstrate the system in two field experiments. Payment is subject to incremental funding and government acceptance of deliverables.
EX-10.1 3 dex101.txt CONTRACT NO. DADD17-01-D-0006 EXHIBIT 10.1 - ------------------------------------------------------------------------------------------------------------------------------------ ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 10 - ------------------------------------------------------------------------------------------------------------------------------------
DAAD17-01-D-0006 0002 Page 2 of 10 SECTION B Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Dollars, $ $ TBN U.S. STROBE IMAGER CPFF - The contractor shall research and develop a Stacked Readout for low Observable Enhancement (STROBE) Imager PURCHASE REQUEST NUMBER W71B7J-2133-H241 ESTIMATED COST $ 635,560.00 FIXED FEE $ 0.00 -------------------- $ 635,560.00 TOTAL EST COST + FEE ACRN AA Funded Amount $ 635,560.00 CLAUSES INCORPORATED BY FULL TEXT 52.016-4408 ANTICIPATED COST TYPE TASK ORDER (SEP 1999) In accordance with Section H clause, H.016-4406, a Cost-Plus Fixed Fee type of definitive task order is anticipated. The amount allotted to this task order for purposes of payment of estimated costs is $635,560.00. The Limitation of Liability clause, FAR 52.216-24, is in effect for this task order until it is definitized. (End of clause) 52.032-4421 INCREMENTAL FUNDING - PERFORMANCE PERIOD (SEP 1999) This task order is incrementally funded. The amount presently available for payment and allotted to the task order is $635,560.00. It is estimated that the allotted funds will cover all areas of contract performance for the period from award of contract through three months. (End of clause) DAAD17-01-D-0006 0002 Page 3 of 10 SECTION C Descriptions and Specifications TASK ORDER NO.: 0002 TASK ORDER TITLE: Jigsaw Phase II--Prototype System Build & Test CONTRACT NUMBER: DAAD17-01-D-0006 1.1 BACKGROUND & OBJECTIVE The DARPA Jigsaw program is developing a compact 3-D imaging laser radar (ladar) capable of reliably identifying combat targets partially obscured by foliage or camouflage. Under the previous task order, the contractor completed a system design trade study and a prototype system design, which was presented at the Jigsaw Phase I Critical Design Review in April 2002. Under this task order, the contractor will do the following: build a prototype ladar sensor system; develop methods of aligning, displaying and interacting with 3-D ladar data; and demonstrate the overall system during two planned field experiments. The first experiment is scheduled for December 2002 at Redstone Technical Test Center (RTTC), Redstone, AL. A second field experiment will be conducted in March/April 2003 at RTTC or at another eastern U.S. location. 1.2 STATEMENT OF WORK 1.2.1 COST AND SCHEDULE MANAGEMENT. Within two (2) weeks of task award, the contractor shall provide a detailed time-phased program schedule showing all major activities, milestones, delivery dates, and major test dates. The contractor shall establish the top-level system requirements and subsystem requirements allocation budget for the prototype system. The contractor shall provide a monthly report that details progress, status, and cost. In the event that both the cost and schedule variance exceed 10% of the plan, a summary report (1-2 pages) showing the reason for the variance and a recovery plan shall be included in the monthly report. The contractor shall present the program schedule status to the Government for review during weekly or biweekly program status teleconferences and the schedule updated as necessary. 1.2.2 IMPLEMENT AND INTEGRATE PROTOTYPE SYSTEM HARDWARE DESIGN The contractor shall construct a prototype ladar sensor based on the design presented at the Jigsaw Phase I Critical Design Review. The contractor shall fabricate two (2) ladar transmitters and two (2) ladar receivers that are consistent with the design specifications presented at the Jigsaw Phase I Critical Design Review. The contractor shall integrate one (1) ladar receiver and one (1) ladar transmitter into a transceiver system. The contractor shall also fabricate the system support electronics for integrating the sensor system onto a government-furnished UH-1 helicopter equipped with a stabilized electro-optical airborne instrumentation platform (SEAIP). The contractor shall integrate and interface the helicopter, payload, rack, and SEAIP. The contractor shall develop and manage all software components necessary for data collection, data DAAD17-01-D-0006 0002 Page 4 of 10 storage, and user interface. The data collection software shall control the ladar system during flight tests. Sensor performance characteristics shall, at a minimum, be consistent with Jigsaw prototype demonstration objectives as follows: Data Collection Area: 20 m x 20 m Range Resolution: 7.5 cm Spatial Resolution: 7.5 cm Nominal Altitude: 100 m Platform: UH-1 with SEAIP gimbal (with GPS pointing mode) Collections/Day: 4 Time to ID Target: <2 hours from collect minimum frames/collect: 10 1.2.3 implement 3-d ladar registration & visualization designs the contractor shall develop and implement the data registration processing design and the interactive, 3-d visualization design presented at the jigsaw phase i critical design review. the registration component shall rapidly, accurately, and autonomously align 3-d ladar data. the registration component shall incorporate coarse alignment, fine alignment, and multi-view control. the visualization component shall include the following: . mission replay . standard 3-d scene manipulation . bearing/range from operator to target . length, width, height linear mensuration . zoom to target . visual comparison to sample target geometrical models . elimination of background clutter (thresholding, slicing planes) . color encoding for feature extraction . voxel and point cloud representations implementation of these registration and visualization components shall be on a cots pc-based workstation, which will be utilized for ground processing of the data collected during the field demonstrations. 1.2.4 field demonstrations the contractor shall participate in two field demonstrations. the first demonstration shall be conducted in december 2002 at the rttc and the second demonstration shall be conducted in april 2002 at a to-be-determined conus location. at the field demonstrations, the contractor shall integrate its ladar sensor hardware onto a government-furnished uh-1 helicopter equipped with a seaip, operate the ladar data collection controls while in flight, and perform post-flight analysis of the collected data. DAAD17-01-D-0006 0002 Page 5 of 10 The contractor shall identify a target within two hours of collecting the data, and also identify the criteria or features used to ID the target. 1.3 DELIVERABLES - ------------------------------------------------------------------- DESCRIPTION - ------------------------------------------------------------------- Program Schedule - ------------------------------------------------------------------- Monthly Progress, Status, and Cost Report - ------------------------------------------------------------------- Final Report on Captive Flight Tests - ------------------------------------------------------------------- 1.4 PERIOD OF PERFORMANCE The period of performance is 12 months. 1.5 GOVERNMENT FURNISHED EQUIPMENT, MATERIALS, AND FACILITIES The government shall provide the use of a stabilized electro-optical airborne instrumentation platform (SEAIP) and integration support, a UH-1 helicopter and crew, and test support including facilities and targets. The GFE will be made available to the contractor by 15 November 2002. 1.6 SECURITY CLASSIFICATION All hardware, software, and data generated under this task order shall be unclassified. DAAD17-01-D-0006 0002 Page 6 of 10 SECTION E Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DAAD17-01-D-0006 0002 Page 7 of 10 SECTION F Deliveries or Performance DELIVERY INFORMATION
DAAD17-01-D-0006 0002 Page 8 of 10 SECTION G Contract Administration Data ACCOUNTING AND APPROPRIATION DATA
DAAD17-01-D-0006 0002 Page 9 of 10 SECTION H Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT 52.045-4400 GOVERNMENT FURNISHED PROPERTY DELIVERY SCHEDULE (AUG 1999) The following Government property will be furnished to the Contractor in accordance with the following schedule: Item Quantity Unit Destination Due Date (1) Use of a stabilized ectro-optical airborne instrumentation platform (SEAIP) 1 lot 15 November 2002 (2) Integration Support 1 lot 15 November 2002 (3) UH-1 helicopter and crew 1 lot 15 November 2002 (4) test support including facilities and targets 1 lot 15 November 2002 (End of clause) DAAD17-01-D-0006 0002 Page 10 of 10 SECTION I Contract Clauses CLAUSES INCORPORATED BY REFERENCE: 52.216-24 Limitation Of Government Liability APR 1984
DAAD17-01-D-0006 0002 Page 2 of 3 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES Changes in Section B SUB-CLIN 000101 was added.
DAAD17-01-D-0006 0002 Page 3 of 3 Changes in Section G Summary for the Payment Office As a result of this modification, the total funded amount of the contract is increased by $3,635,560.00 from $635,560.00 to $4,271,120.00 SUB-CLIN :000101 AB: 212204000000RPARG063300553G00255YANSS00W71B7J2162H0212N10RRS18129 000000000000 is increased by $3,000,000.00 from $0.00 to $3,000,000.00 SUB-CLIN :000102 AC: 972040013010RPARG02J30M202000255YANSS00W71B7J2162H2422N1GRRS18129 000000000000 is increased by $635,560.00 from $0.00 to $635,560.00