SOLICITATION NOTICE
A -- Gunfire Detection Systems Research Support Services
- Notice Date
- 11/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W71B7J-4245-H182
- Response Due
- 12/1/2004
- Archive Date
- 1/30/2005
- Small Business Set-Aside
- N/A
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is W71B7J-4245-H182. This acquisition is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Ac quisition Circular 01-25. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopisis will be considered by the Government . A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whethe r to conduct a competitive procurement. This acquisition is a sole source to Nappi Associates, 3002 Drakes Landing Court, Valrico, FL 33594-5264. The associated NAICS code is 541710. Place of Performance: US Army, Army Research Laboratory, 2800 Powder M ill Road, Adelphi, MD 20783-1197 and as outlined in the Description of requirements. 2. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Gunfire Detection System Research, 1000, Hours, CLIN 0002 Travel, 1 Lot, Option CLIN 0003 Gunfire Detec tion System Research, 5000, Hours, Option CLIN 0004 Travel, 1 Lot 3. Description of requirements: C.1 Background C.1.1 US Army troops have been fielded the Gunfire Detection System (GDS) which effectively provides operators the capability of detecting and locating small arms fire. Small arms fire is also currently a primary threat to US rotary wing platforms and th ere is a need to increase rotary platform survivability against small arms fire. The Helicopter Gunfire Detection System (HGDS) program is being managed by the Program Manager, Close Combat Systems (PM CCS) at Picatinny Arsenal, NJ with engineering support provided by the Army Research Laboratory (ARL) Adelphi, MD and the Armament Research, Development, and Engineering Center (ARDEC), Picatinny Arsenal, NJ. Based on the GDS, the HGDS will provide an integrated system to increase US rotary wing platform sur vivability against small arms fire. By leveraging the existing XM1 and XM2 GDS technology, the HGDS program will provide a helicopter integrated acoustic sensor system to detect and locate relative azimuth and range to source of fire for 5.56 20mm weapo ns out to 800m while the helicopter is flying. The HDGS is Foreign Comparative Test (FCT) funded to procure a HGDS system for evaluation. Qualification tests in various environments will be conducted to evaluate the HGDS performance. The HGDS will requi re adaptation to and integration onto a US rotary wing platform prior to conducting static and live fire testing with focus mainly on selection of optimal sensing element locations and mounting of hardware onto the airframe. C.1.2 PM-CCS, ARL and ARDEC are also executing the PIVOT (Pivotal Observation Turret), MI (Magneto Inductive technology), MGDS (Mortar Gunfire Detection System) and EGDS (Enhanced Gunfire Detection System) programs. The PIVOT program is readying to cond uct a user assessment test. The PIVOT user assessment test will need to be formulated and executed in order to obtain a successful milestone decision to produce and field the system. The EGDS is a Defense Acquisition Challenge Program (DACP). The EGDS program is funded to enhance the GDS technologies and systems. C.1.3 The PM CCS, ARL and ARDEC require engineering and programmatic support to execute the HGDS, MI, MGDS, PIVOT and EGDS programs. C.2. Applicable Documents DOD instruction 5000.2, Defense Acquisition Management Policies and Procedures. C.3 Requirements: The Contractor shall provide 2000 hours of technical and engineering services in performance of the following efforts: C.3.1 The Contractor shall develop technical and acquisition plans and assessments reports in support of the HGDS rotary wing platform integration/adaptation and qualification test efforts. C.3.2 The Contractor shall develop technical and acquisition plans and assessment reports during the formulation and execution of the PIVOT user assessment test. The Contractor shall prepare documentation required for in process review decisions as well as materiel release documentation to include: Acquisition Decision Memorandum, System Acquisition Management Plan, Modified Integrated Program Summary, Acquisition Strategy Report, and Test and Evaluation Master Plan. C.3.3 The Contractor shall develop technical assessments and acquisition plans during the execution of the EGDS program. The Contractor shall provide technical and acquisition recommendations in the execution of the following EGDS tasks: integrate FLIR camera with Computer-Aided (CA) target detection; integrate daytime Hyper-Spectral Imaging (HSI) camera with CA target detection; integrate Unattended Ground Sensors (UGS) to provide intruder alert to PIVOT cameras; integrate uncooled 2 color IR camera (lo w cost muzzle flash detection), retro-reflector (Optical Augmentation), & spotlight/laser designator; integrate an electronic compass & a laser range finder; develop enhancements to signature ID algorithm for urban environment; MI technology; develop stand ard military computer interface with FBCB2; and integrate Gun Barrel Navigation (GBN). C.3.4 The Contractor shall consult with experts at various Government agencies (as defined in C.3.7 and as designated by the COTR) about the design and status of the HGDS, PIVOT, and EGDS efforts to ensure the programs are executed to meet the full requir ements. C.3.5 The Contractor shall provide technical and programmatic input during program reviews for the HGDS, PIVOT, and EGDS and all associated components. The Contractor shall prepare the formulation and presentation of technical and programmatic briefings. C.3.6 The Contractor shall analyze and review engineering/acquisition efforts and reports to provide cost, schedule and performance recommendations to enhance program execution and to develop and justify FCT and program objective memorandum (POM) document ation for the HGDS, PIVOT and EGDS programs. C.3.7 Travel. The Contractor shall travel in the performance of this contract to locations such as: Army Research Laboratory, Adelphi, MD; PM CCS, Picatinny Arsenal, NJ; Metravib, Lyon, France and Aberdeen Proving Grounds, MD. C.4 Option: The Contractor shall provide up to 5,000 hours of technical and engineering services in performance of the efforts outlined in Paragraphs C.3.1 through C.3.6 and C.4. C.4.1 Option Travel. The Contractor shall travel in the performance of this option period to locations such as: Army Research Laboratory, Adelphi, MD; PM CCS, Picatinny Arsenal, NJ; Metravib, Lyon, France and Aberdeen Proving Grounds, MD. C.4.0 Deliveries C.4.1 The Contractor shall provide monthly progress and status reports to the Government describing the work completed during the month. The progress and status reports shall be in contractor format. C.4.2 The Contractor shall submit reports providing technical and programmatic recommendations to ensure the program cost, schedule and performance baseline requirements are achieved as the program progresses through evaluation and into fielding. C.4.3 The C ontractor shall prepare information papers concerning technical and acquisition issues as well as minutes of technical meetings and presentations. C.5 Distribution Statement E. Distribution authorized to U.S. DoD Compnents only (proprietary information) (4 August 2004). Other requests for this document shall be refered to US Army, Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783- 1197. 4. Delivery is required by 29 Aug 05 (CLINs 0001 and 0002) and 29 Aug 08 (CLINs 0003 and 0004 if exercised). Acceptance shall be performed at Army Research Laboratory, Adelphi, MD 20705 by a Government Representative. The FOB point is Destination. 5. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None 6. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. The clause a t 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ord ers - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, DFARS 252.205-7000, 252.225-7012, 252.232-7003 and 252.243-7002. Clauses and provisions can be obtained at http://www.arnet.gov. For the clauses referenced within the following DFARS clause 252.232-7007, refer back to 52.212-4, Contract Terms and Conditions Commercial Items, subparagraphs (d) Disputes, (l) Termination for the Governments Conveni ence and (m) Termination for cause. The following DFARS clause is provided in full text: 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (AUG 1993) (a) Contract line item(s) 0003 through 0004 are incrementally funded. For these item(s), the sum of $ To Be Determined (TBD) of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragra ph (i) of this clause. (b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's co nvenience, approximates the total amount currently allotted to the contract. The Contractor will not be obligated to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT. As used in this clause, the total amount payable by the Government in the event of te rmination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (i) of this clause, the Contractor will notify the Contracting Officer in writing at least thirty days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notificat ion will sta te (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (i) of this cl ause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for s ubsequent period as may be specified in the allotment schedule in paragraph (i) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT. (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions o f paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs addi tional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled DISPUTES. (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled DEFAULT. The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) o f this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause. (h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled TERMINATION FOR CONVENIENCE OF THE GOVERNMENT. (i) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract options (CLINs 0003 and 0004) $TBD - 31 Aug 05; $TBD 31 Aug 06; $TBD 31 Aug 07. (End of clause) 8. The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.004-4409, 52.004-4412, 52.004-4412, 52.006-4400, 52.032-4415, 52.032-4418, 52.004-4408, 52.005-4401, AMC-Level Protest Program (Oct 1996) and US Army RDEC OMAC Adelphi Contracting Division Website. Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. 9. The following notes apply to this announcement: None. 10. Offers are due on 1 Dec 04, by 3:00 pm, Eastern Standard time, via email to cwinkler@arl.army.mil. For information regarding this solicitation, please contact Christi L. Winkler, Contract Specialist, 301-394-3385, cwinkler@arl.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00707055-W 20041112/041110212145 (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 |