Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2001 FBO #0004
PRESOLICITATION NOTICE

16 -- Developmental Aircrew Systems and Devices For Use in High Performance Tactical, Rotary, and Support Aircraft

Notice Date
12/4/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3064
 
Response Due
12/4/2002
 
Archive Date
12/19/2002
 
Point of Contact
Mary Dodds, Contract Specialist, Phone (301) 757-8940, Fax (301) 757-8959 - Patricia Cornett, Supervisory PCO, Phone (301) 757-2607, Fax (301) 757-268959
 
E-Mail Address
doddsmm@navair.navy.mil, cornettpa@navair.navy.mil
 
Description
Broad Agency Announcement (BAA) N00421-02-R-3064 solicits/requests proposals for Developmental Aircrew Systems and Devices for use in High Performance Tactical, Rotary, and Support Aircraft. Responses to this BAA will be accepted at the Contracting Office for a twelve (12) month period from the date of this announcement and are required to be submitted in accordance with the guidelines set forth herein. Contract award will be based on a scientific and engineering evaluation of the proposal (technical and cost as it relates to technical effort) and availability of funding. Of primary interest are new, innovative approaches that offer enhanced crew protection/performance in current and future Navy tactical, rotary and support aircraft in the following areas: (1) protection against environmental hazards associated with military aviation, including G-induced loss of consciousness, loss of situational awareness, spatial disorientation, and high altitude hypoxia; (2) development of micro/nanotechnology in vivo pressure or load sensors; (3) cold water protection with a secondary anti-exposure platform; (4) protection against hyperthermia; (5) auxiliary or integrated human cooling and heating systems; (6) chemical and biological agent protection primarily for vapor threat extending to liquid vapor and aerosol threat; (7) integrated, operator-centered tactical helmet mounted sight/display, multi-mode helmet vision system technology; (8) advanced filter/device development for eye protection and/or displays; (9) aircrew / equipment compatibility with spectrally selective filters or devices; (10) aircrew breathing systems compatible with current systems (OBOGS and LOX) and advanced concept approaches for future aircraft applications; (11) advanced restraint systems (all axes of restraint); (12) advanced emergency egress/escape concepts; (13) improved / integrated communications systems; (14) improved hearing protection systems; (15) improved / integrated floatation systems; (16) human strength enhancement technologies; (17) other threat protection technologies. Proposals may address one or more of the concepts listed above. Proposals shall be limited to exploratory development where feasibility has already been demonstrated. For planning purposes, the period of performance may be from .5 up to 3 years at a level of effort of 0.5 to 3 work-years per year. Reasonable deviations / exceptions will be considered. More than one proposal may be submitted. Proposals may be submitted at any time during the twelve (12) month period following publication of this announcement and will be evaluated as they are received. Merit shall be determined based on the following criteria: (1) overall scientific and technical merit, (2) the offeror's ability to demonstrate feasibility; (3) the offeror's capabilities, related experience, facilities, techniques or unique combinations of these criteria which are integral for achieving the proposed objectives, and (4) realism of proposed cost. Please provide a detailed breakdown of proposed cost/prices so an analysis can be performed. Technical proposals shall not exceed to fifty (50) pages. Offerors shall submit one (1) original and four (4) copies of their proposal to Contracts Group, Attn: Mary Dodds Code 251324, NAVAIRSYSCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, MD 20670-1127. The cost of preparation of the response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. The point of contact for technical issues is Dr. James Sheehy (301) 342-8480, e-mail: sheehyjb@navair.navy.mil, while Ms. Mary Dodds (301) 757-8940, email: doddsmm@navair.navy.mil is the point of contact for contractual matters. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. In addition, a question and answer document under this BAA will reside on the following website for questions received of a general nature: http://www.navair.navy.mil/business/ecommerce/index.cfm. Offerors are cautioned that only contracting officers are legally authorized to commit the Government. Contract type will be a firm fixed price completion or cost plus fixed fee. No formal solicitation will be issued; this BAA is the solicitation.
 
Place of Performance
Address: Contractor's facility
 
Record
SN20011204/00000644-011207174805 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.