SOLICITATION NOTICE
A -- NAVWAR Enhancements ot the Global Positioning System (GPS)
- Notice Date
- 1/20/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-04-X-6003
- Response Due
- 1/15/2009
- Archive Date
- 2/14/2009
- Point of Contact
- Point of Contact - Oralee Martin, Contract Specialist, 619-553-5347; James E Smith, Contract Officer, 619-553-7504
- E-Mail Address
-
Email your questions to Contract Specialist
(oralee.martin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Broad Agency Announcement for NAVWAR Enhancements to the Global Positioning System (GPS) Background: The Global Positioning System (GPS) is widely used as a source of position, velocity, and time on U.S. military platforms. However, GPS signal power is low which makes it vulnerable to interference. The GPS Joint Program Office (JPO) established the Navigation Warfare (NAVWAR) program in 1996 to address the Electronic Warfare (EW) threat to the GPS system. The NAVWAR program was tasked with protecting Department of Defense (DoD) and allied use of GPS during times of conflict, preventing its use by adversaries, and maintaining normal availability to civilian users outside the area of conflict. Scope The Space and Naval Warfare Systems Center, San Diego (SSC-SD) is soliciting innovative basic and applied research and prototype development proposals to support the NAVWAR program. Specific areas of interest include, but are not limited to: (a) GPS antenna & antenna electronics technologies (e.g. Handheld GPS AJ appliqu?s, Small multi-element arrays, multiple beam steering implementations and algorithms, MEMS filters, etc.) (b) GPS receiver technologies and algorithms (e.g. Multi-path mitigation, M-Code carrier phase tracking, Ultra-tight GPS/INS Coupling, Software Communications Architecture (SCA) / Software Defined Radio (SDR) / Fully Coherent Receivers, Integrity algorithms, etc.) (c) Micro-Electromechanical System (MEMS) Inertial Measurement Unit (IMU) integration with GPS antennas (d) GPS signal data recording, storage and playback The GPS JPO supports a wide variety of platforms for the entire U.S. Department of Defense, ranging from individual soldiers to aircraft carriers. The categories identified above have been purposefully left broad so as not to limit proposals that would have applicability on any or all of these platforms. In FY04, the GPS JPO is particularly (but not exclusively) interested in efforts involving the integration of MEMS IMUs into beam-forming and null-steering GPS antennas. The awards under this program will be to those organizations proposing innovative research approaches that can be expected to lead to, or enable revolutionary advances in, the state-of-the-art (this includes follow-on efforts, if the effort continues to be significantly ahead of the state-of the-art). Proposers are encouraged to team with DoD and other government laboratories and/or agencies in the research, development, and technology demonstration phases. Proposed projects may include theory or operational concept development. Offerors are encouraged to provide evidence that supports the physical demonstration of a product. This evidence lends technical merit to the selection process. Where research is expected to produce one or more prototypes, the Government may elect for contractual options that provide for delivery of several such prototype systems to facilitate the transfer of technology This Broad Agency Announcement (BAA) will remain active for five years. White papers will be accepted throughout the life of the BAA. To stimulate interest in submitting proposals and to provide updated guidance on the current priorities of the GPS JPO, this announcement will be updated and re-issued each year. Authority 10 USC Sec. 2358 Research and Development Projects 10 USC Sec. 2371 Research Projects: Transactions Other Than Contracts and Grants SSC-SD intends to enter into cooperative agreements, contracts, grants or ?other transactions? with qualified sources to perform research development, integration, test and evaluation of advanced technology within guidelines of FAR 35.016. It is possible to fund none of the proposals, or funding permitting, fund all the proposals. It is also possible to fund part of the proposals. Each individual white paper and proposal is reviewed on its own merit. Proposals will be evaluated individually as selectable or non-selectable for funding based on the evaluation criteria set forth in this BAA. Points of Contact Questions of a contractual nature shall be directed to the Contract Specialist, Ms. Oralee Martin, (619) 553-5347, email: oralee.martin@navy.mil or Contracting Officer Mr. James E. Smith, (619) 553-7504, email: james.e.smith@navy.mil. White Paper Submittal Offerors are invited to submit white papers. If a proposed area of research and the accompanying approach is considered potentially valuable and within funding limits, SSC-SD will then request a full proposal. White papers are limited to three pages, including all figures, tables and attachments. Reviewers will not load software or simulations in the conduct of white paper reviews. However, web sites containing concise simulations or other information not readily represented in the static format of a document may be hyperlinked from the white paper. Innovative approaches to information presentation are encouraged. The white paper shall include: (1) a clear statement of the problem to be solved; (2) a rational for the proposed work; (3) an overview of the approach to be taken; (4) a general assessment of the value gained if the work is successful; (5) a specific description of the product and its anticipated utility, (6) a milestone schedule; and (7) a cost estimate. White papers exceeding $3 million will not be accepted. SSC-SD will acknowledge receipt of white papers, and will notify offerors whether a full proposal is requested. All White Papers and Proposals shall be UNCLASSIFIED As funding for this BAA will likely fluctuate by year, the government would prefer that any multi-year efforts adopt a phased approach in which specific deliverables are identified for each year. Offerors are encouraged to submit individual proposals for any work that could stand on its own, rather than integrating diverse tasks into a single more complicated proposal. White papers shall include the name, address, voice phone number, facsimile number, and email address of the proposing organization and the principal point of contact, and of other organizations participating as part of the research team. Full Proposal Submittal Full proposals, if requested, shall consist of two volumes: Volume I for the technical proposal and management approach and Volume II for cost. Volume I is limited to 30 single-sided pages (not including resumes). The contents of Volume I shall amplify the ideas outlined in its preceding white paper. Volume I shall include the following sections, each starting on a new page: (A) A cover page, including title, technical and administrative points of contact with telephone and facsimile numbers and Internet addresses. (B) A one-page summary of the innovative claims for the proposed research. (C) A one-page summary of deliverables. (D) A one-page summary of schedule and milestones. (E) A one-page summary of any proprietary claims to results, prototypes or systems supporting and/or necessary for the use of research, results and/or a prototype. If there are no proprietary claims, this section shall consist of a statement to that effect. (F) A Statement of Work clearly detailing the scope, objectives, and approach of the effort. Optional work shall be distinguishable from the baseline effort. If any portion of the research is predicated upon the use of Government Owned Resources of any type, the proposal shall clearly identify the Resource required, the date the Resource is required, the duration of the requirement, the source from which the Resource may be acquired, if known, and the impact on the research if the Resource is not provided. (G) Technical arguments that substantiate claims made in section (B) and a technical approach description consistent with sections (C) and (D). (H) A description of the results and products expected from the effort. (I) A discussion of no more than three pages giving previous accomplishments and work in this or closely related areas, and the qualifications of the investigators. (J) A discussion no more than five pages long that describes the overall approach to the management of this effort, including brief discussions of total organization, use of personnel, project/function/subcontractor relationships, technology transition plans, government research interfaces, and planning, scheduling and control practice. There is no page limitation for Volume II. Volume II shall include a cost and fee summary for the effort, inclusive of any proposed options, and a detailed cost breakdown. The cost and fee summary should indicate manpower levels of effort, equipment and supplies, travel, and miscellaneous expenses for the tasks and subtasks for the entire effort. Details of any cost sharing to be undertaken by the offeror must be included in Volume II. The cost and fee summary shall be supported by a detailed breakdown by task and sub task of labor hours by labor category and level of effort, materials by vendor quotes and purchase history, travel estimates, computer costs and other direct and indirect costs. An explanation of any estimating factors, including their derivation and application shall be provided. Volume II should include all supporting data in order to allow for a complete review by the Government. Selection and Evaluation Criteria It is the policy of SSC-SD to ensure impartial, equitable, comprehensive evaluations of all proposals and to select the source (or sources) whose offer(s) meets the Government technical and policy goals. In order to provide the desired evaluation, two or more qualified Government personnel will conduct a technical review of each submission and will convene panels of Government experts in the appropriate areas when necessary. The consolidated reports produced during these reviews will be provided to the Contracting/Grants Officer. These reports will indicate those offerors with whom negotiations and/or discussions should be conducted. That will also include questions arising from the reviews and, when appropriate issues that need to be resolved prior to award. White papers and proposals will not be evaluated against each other since they are not submitted in accordance with a common statement of work. SSC-SD?s intent is to review white papers and full proposals as soon as practicable after they arrive; however, proposals may be reviewed periodically for administrative reasons. White papers will be evaluated utilizing the following criteria, which are listed in descending order of relative importance: (1) Overall scientific and technical merit; (2) Potential contributions and relevance to SSC-SD mission in relation to meeting the objectives of the Navigation Warfare Program being managed by the GPS JPO, which is the sponsor for this effort; (3) Cost realism and an assessment of the value being received for the proposed cost. Evaluation of full proposals will be accomplished utilizing the criteria identified below, again listed in descending order of relative importance: (1) Overall scientific and technical merit; (2) Potential contributions and relevance to the NAVWAR Program; (3) Cost realism and an assessment of the value being received for the proposed cost; (4) Evaluation of the offeror?s capabilities and related experience; and (5) Potential for transition to the field. Full proposals will be considered to be either selectable or non-selectable based on their evaluation in accordance with the criteria herein. Offerors will be promptly notified of the evaluation results. Only selectable proposals will be considered for funding. Not all proposals deemed selectable will be funded. Decisions to fund such proposals will be based on funds availability and input from the GPS JPO on current priorities. Proposals may be considered for a period of up to one year from notification of selectability. The Government reserves the right to select for award all, some, or none of the proposals received. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, or ?other transaction? depending upon the nature of the work proposed, the required degree of interaction between the parties, and other factors. Proposals should be submitted by offerors not later than 30 days after the government?s request for a full proposal. Format of White Paper and Full Proposal White papers and proposals shall be submitted in the following format: 8.5 x 11 inches, single or double spaced, in at least ten point type, margins not less than one inch, one-sided printing and pages numbered. White papers and proposals shall be produced using Microsoft Word, Excel and/or Power Point, or may be submitted as Adobe Acrobat (.pdf) files. White papers and proposals not conforming to the standards identified above will be returned without technical review. SSC-SD will acknowledge receipt of white papers, and will notify offerors whether a full proposal is requested. All White Papers and Proposals shall be UNCLASSIFIED. Each full proposal shall address one subject area. Proposals should be submitted by offerors not later than 30 days after the government?s request for a full proposal. White Paper and Proposal Submission White papers and full proposals shall be submitted electronically to the SSC-SD e-Commerce website, known as E-Commerce Central (E-CC), at: https://e-commerce.spawar.navy.mil/. Please make sure you reserve ample time to submit your proposal over the Internet to the E-CC. Your proposal posting time will depend upon the size of your file. It is the offeror?s responsibility to post a proposal to the E-CC in time for the posted solicitation receipt deadline. Proposals may be submitted at any time until the final proposal deadline of 1645 PST, January 15, 2009, however the first round of evaluations will require white papers to be submitted by 19 February 2004, 1645 PST. All copies (except one file copy) of non-selectable proposals and all copies of working papers will be destroyed. Individual review sheets and other products of the review process other than official documentation of the review will be retained for a period of two years from the close of the BAA at which time they will be destroyed. Technical Data If a contract is awarded, the Government?s preference is to obtain unlimited rights (as defined by DFARS 252.227-7013 ?Rights in Technical Data - Noncommercial Items? and 252.227-7014 ?Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation?) to the results and products of this research. The offeror must submit a separate list of all technical data or computer software that will be furnished to the Government with other than unlimited rights (See DFARS Part 227). Any proposed research that will restrict the government?s rights, and the degree to which those rights will be restricted, shall be clearly delineated in the full proposal. If a grant or cooperative agreement is awarded, Department of Defense Grant and Agreement Regulations (DoDGARs) 32.36 and 34.25 will apply. Proprietary Information and Security All proprietary information should be marked on both the white paper and the full proposal. It is the policy of SSC-SD to treat all proposals as competitive information and to disclose their contents only for the purpose of evaluation. All white papers and proposals shall be UNCLASSIFIED. Offerors may be required to certify that they have a Secret facility clearance, and key personnel may be required to be certified as having a Secret clearance. Other Information Contracts made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. All affirmations must state which office(s) the offeror supports, and identify the prime contract numbers. Affirmations should be furnished at the time of proposal submission. All facts relevant to the existence or potential existence of organizational conflicts of interest, as that term is defined at FAR 9.501, must be disclosed. The disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research in description.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=4099265759E7EA4488256E21007C99C5&editflag=0)
- Place of Performance
- Address: 53560 Hull Street Code 222, San Diego CA
- Zip Code: 92152-5001
- Country: USA
- Zip Code: 92152-5001
- Record
- SN00506902-W 20040122/040120212346 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |