SPECIAL NOTICE
A -- BROAD AGENCY ANNOUNCEMENT REQUESTING PROPOSALS FOR THE ELECTRO-OPTICS AND SPECIAL MISSION SENSOR DIVISION AND THE ACOUSTICS TECHNOLOGY DIVISION OF THE AVIONICS DEPARTMENT OF NAWCAD PATUXENT RIVER, MD
- Notice Date
- 12/10/2001
- Notice Type
- Special 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-3056
- Response Due
- 12/9/2002
- Archive Date
- 12/24/2002
- Point of Contact
- Benjamin Hansford, Contract Specialist, Phone 301-342-5738, Fax null, - Veronica Singmore, Contract Specialist, Phone (301) 757-9734, Fax 301-757-0200,
- E-Mail Address
-
hansfordbj@navair.navy.mil, singmorevm@navair.navy.mil
- Description
- BAA# N00421-02-R-3056, Broad Agency Announcement soliciting/requesting proposals for the EO (Electro-Optics) and Special Mission Sensor Division and the Acoustics Technology Division of the Avionics Department of NAWCAD Patuxent River Maryland, issued under the provisions of paragraphs 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR) 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 support in technologies that are applicable to Electro-Optical (EO) and Acoustic Sensor systems for Navy Aircraft. Major areas of interest include (1) Signal Processing, (2) Non-Acoustic ASW (Anti-Submarine Warfare) Sensors and Systems, (3) Information Processing, (4) Devices and Materials, (5) EO Systems Engineering Methodologies, (6) LIDAR Components and Systems, (7) Hyperspectral Components and Systems, (8) LASER Components and Systems, (9) EO Sensors and Systems for Reconnaissance and Surveillance and for Remote Sensing, (10) Magnetic Sensors and Systems, (11) Laser based IRCM systems, (12) Acoustic ASW Sensors and Systems, (13) Acoustic MCM (Mine Counter Measures) Sensors and Systems, (14) Research involving the interrelationship of acoustic and non-acoustic phenomena applicable to ASW, (15) Telemetry methods for offboard sensors to and from various platforms, (16) Mathematical modeling and techniques for analyzing ASW effectiveness and performance, (17) In-sensor acoustic signal processing, (18) Biomedical tissue measurement and biomedical imaging techniques, and (19) Techniques for quantum encryption, coding and computation. New, innovative, and creative approaches to technical problems that significantly advance system performance are sought. Among the primary interest areas are Non-Cooperative ID Sensors and Systems, Magnetic ASW Sensors and Systems, Non-Acoustic Sensors and Systems, Acoustic Sensors and Systems, Night Vision Systems, New Laser and Nonlinear Materials, LIDAR, Laser RADAR, Sensors and Systems and Hyperspectral Sensors and Systems. Examples of technologies include, but are not limited to, LASERS, LIDARS, Detector Technologies, Hyperspectral Sensors and Systems, Magnetic Anomaly Detectors and Systems including Optically Pumped Sensors, Night Vision Devices, FLIR Systems, IRST Systems, Long Standoff Reconnaissance and Surveillance Systems (both Visible and IR), Sonobuoy Sensors and Processors, and Acoustic Sensor Stand-off Delivery/Telemetry systems. THERE WILL BE NO FORMAL REQUEST FOR PROPOSAL OR ANY SOLICITATION DOCUMENT ISSUED IN REGARD TO THIS BAA. Offerors are required to submit three (3) copies of a two (2) to three (3) 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 limited to, expected contribution of the hardware/research to the DOD EO and/or Acoustic 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. 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 (1) to three (3) years at a level of effort of approximately one (1) to four (4) 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 merit of the proposal shall be determined based on the following criteria: (1) The offeror's ability to demonstrate feasibility and potential contributions of the effort to DOD priorities in EO and/or Acoustic Sensor related technologies; (2) Overall scientific and technical merits of the proposal; (3) The offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives; 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. Proposals may be submitted at any time during the twelve (12) month period following publication of this announcement. 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 EO and Special Mission Sensors Division, Mr. Stuart Boose, Code 4.5.6, email address boosesm@navair.navy.mil, Bldg. 2185, Room 1114, 22347 Cedar Point Road, Unit 6, Naval Air Warfare Center Aircraft Division, Patuxent River Maryland, 20670-1161. The point of contact for contractual matters is Mr. Benjamin Hansford, email address hansfordbj@navair.navy.mil. Offerors may contact these individuals, at any 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.
- Place of Performance
- Address: TO BE DETERMINED
- Record
- SN20011210/00002402-011211095619 (fbodaily.com)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |