SOLICITATION NOTICE
A -- ? ADVANCED RESEARCH AND DEVELOPMENT IN NAVAL INTEGRATED POWER SYSTEMS
- Notice Date
- 12/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002405R4201
- Description
- This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. I. ADMINISTRATIVE INFORMATION This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. This announcement will remain open for approximately one year from the date of publication or until replaced by a successor BAA. Initial responses to this announcement must be in the form of White Papers. Proposals shall be requested only from those offerors selected as a result of the scientific review of the White Papers made in accordance with the evaluation criteria specified herein. White Papers may be submitted any time during this period. Awards may take the form of contracts, cooperative agreements, or other transactions agreements. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the white papers submitted in response to this announcement. For those who are requested to submit proposals, NAVSEA reserves the right to award all, some or none of the proposals received under this BAA. NAVSEA provides no funding for direct reimbursement of white paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all white papers/proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation. II. GENERAL INFORMATION 1. Agency Name - Naval Sea Systems Command (NAVSEA) 1333 Isaac Hull Ave SE Washington, DC 20376 2. Research Opportunity Title - Advanced Research and Development in Naval Integrated Power Systems 3. Response Date - This announcement will remain open for approximately one year from the date of publication or until replaced by a successor BAA. White Papers may be submitted any time during this period. 4. Research Opportunity Description - The Naval Sea Systems Command is interested in White Papers for long and short-term Research and Development (R&D) projects that offer potential for advancement and improvements in the implementation of shipboard Integrated Power Systems (IPS) at the major component and system level. IPS provides total ship electric power including electric propulsion, power conversion and distribution, combat system support and mission load interfaces to the electric power system. IPS supports multiple ship class applications for future surface ships, with DD (X), DD (X) spiral development, and CG (X) being the primary ship application targets in the near term. IPS leverages investments in technologies that will be useable by both military and commercial sectors. The basic defining feature of IPS is the production of electric power for ship propulsion and ship service requirements from common prime movers. The flexibility of electric power transmission allows power-generating modules with various power ratings to be connected to propulsion loads and ship service in any arrangement that supports the ship's mission at lowest overall cost. Systems engineering in IPS is focused on increasing the commonality of components used across ship types and in developing modules that will be integral to standardization, zonal system architectures, and generic shipbuilding strategies. The purpose of increased commonality is to reduce the total cost of ship ownership by using common modules composed of standard components and/or standard interfaces. IPS addresses ship platform program goals through: reduced ship acquisition cost through integration of propulsion and ship's service prime movers; lower ship operational costs resulting from more flexible operating characteristics and more efficient components; reduced ship construction costs by allowing more extensive modular construction of power generation, distribution, and loads; improved ship survivability and reduced vulnerability through increased arrangement flexibility and improved electrical system survivability; reduced manning through improved power management systems and reduced on-board maintenance requirements; improved ship signature characteristics; improved design adaptability to meet future requirements of multiple ship types or missions; integrating power management and protection by fully utilizing the power electronics in the system to perform fault protection as well as power conversion and load management functions; simplified technology insertion;! and, reduced machinery system acquisition costs through utilization of commercially shared technologies and components. NAVSEA wishes to continue to improve IPS by performing analysis, modeling and simulation, life cycle cost analysis, producibility studies, module development, ship integration, architecture design, ship electric architectures and high power weapons systems requirements, and related efforts. An evaluation of emerging technologies for ship applications (such as fuel cells, high-energy weapons, high power radars, high-speed generators, and advanced power electronics) to determine future feasibility and development requirements will be conducted. The areas of focus for White Papers and Proposals submitted in response to this BAA should include, but are not limited to, the analysis, development, risk reduction and demonstration of future shipboard electric power systems and components, emphasizing shipboard power generation, propulsion, distribution and control; power quality, continuity, and system stability; electric power system/component level modeling and simulation; energy storage technologies; and electrical system survivability. The components and systems of interest include: - Integrated ship electric power technologies - Electric propulsion motors and propulsion motor drives - Gas turbine and diesel engines, generators and generator sets - Electric machinery energy storage technologies - Electro-acoustics - System protection components - Power converters - Fuel cells - Advanced current, voltage, and other diagnostic sensor development - Automated system reconfiguration - Thermal management and alternative cooling systems - Condition Based Maintenance (CBM) concepts - Power system and component prognostics Candidate propulsion motor concepts include Permanent Magnet Motors (radial air gap, axial air gap, transverse flux - with variations in armature winding arrangement, pole number, cooling, magnet material, and acoustic performance features), Induction Motors (wound rotor, squirrel cage - with variations in armature winding arrangement, pole number, cooling methods, slot geometry and skew and in mechanical details), Superconducting field type (homopolar d.c., synchronous a.c. - with variations in armature topology, magnet materials and cooling approach, armature cooling and current collector approach). The drivers and issues associated with these designs include acoustic signature, noise modeling, identification of noise sources, mitigation methods, shock, vibration, coolant temperature, manufacturing infrastructure, commercial commonality, platform commonality, cost, torque, power, weight, diameter, length, voltage, noise (requirements/limitations), motor configuration, and! ship arrangements constraints. Motor drives that may be explored include cycloconverter (with variations in control and power device types), pulse width modulated converter/inverter (with many variations in topology (resonant link, ARCP, multi level), switching (hard switched, soft switched), control, cooling, filtering, active commutation energy recovery), and matrix converter (with variations in control, topology, cooling, power device type). Power Generation concepts include: 60 Hz wound rotor synchronous generator driven directly by a marine gas turbine (up to 30 MVA rating); 4 pole, 120 Hz, COTS derived or militarized design variant of above, (c) Higher speed, higher frequency, high power density variants of above with high speed or geared turbine drive, (d) High speed, high frequency, wound rotor synchronous generator, direct turbine driven, (e) Permanent magnet field variants of all above, and (f) Fuel cell, reformed diesel fuel, 0.5 to 5 MW modular rating, power electronic interface to main or ship service power distribution buss, (PEM, Solid Oxide, Molten Carbonate versions), COTS derived design. The specific design issues to be considered include fuel efficiency, size, weight, cost, maintainability, availability, harmonic loading, voltage, power, fault protection, interface to main or ship service buss, and commercial availability. A number of alternative energy storage technologies and/or configurations (location within the distribution system and capacity) may be considered for future IPS ship applications. Shipboard power quality and continuity along with examination of the implications of future high power/pulse power loads on configuration/technology alternatives is critical. Prior to preparing White Papers/Proposals, potential offerors are strongly encouraged to contact the NAVSEA technical point of contact identified below to determine the reasonability and interest in the proposal topic. 5. Point(s) of Contact - Questions of a technical nature should be submitted to Mr. Joseph Tannenbaum, NAVSEA PMS-500I, on 202-781-2629 or email at joseph.tannenbaum@navy.mil. Questions related to procurement issues shall be addressed to Mr. Timothy A. Starker, NAVSEA 024 on 202-781-3944 or email at starkerta@navsea.navy.mil. III. AWARD INFORMATION The amount and period of performance of each selected proposal will vary depending on the research area and the technical approach to be pursued by the selected offeror. IV. ELIGIBILITY INFORMATION All responsible sources from academia and industry may submit white papers under this BAA. V. APPLICATION AND SUBMISSION INFORMATION 1. Application and Submission Process - ?White Papers? are desired by NAVSEA in response to this solicitation. Those offerors with white papers considered to have merit will be requested to prepare full proposals for the planned effort as specified below. 2. General Information for Content and Format of White Papers/Full Proposals - The white papers/proposals submitted under this BAA are expected to be unclassified. However, confidential/classified proposals are permitted. The proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and DoD/DoN regulations. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. 2.1. White Papers 2.1.1 White Paper Format Paper Size ? 8.5 x 11 inch paper Margins ? 1? inch Spacing ? single or double-spaced Font ? Times New Roman, 12 point Page Limit ? shall not exceed 3 pages Copies ? one (1) original and one electronic copy on a 3.5? Diskette or CD-ROM, (in Microsoft? Word or Excel compatible or .PDF format). 2.1.2 White Paper Content 2.1.2.1 Cover Page The Cover Page shall be labeled ?PROPOSAL WHITE PAPER,? and shall include the BAA number, proposed title, technical points of contact, with telephone number, facsimile number, and e-mail address. 2.1.2.2 Technical Concept The Technical Concept shall include a description of the technology innovation and associated technical risk areas. This section also includes a description of the potential Naval relevance and contributions of the proposed effort to improvement in the performance of an IPS. This section may include a plan for demonstrating and evaluating the operational effectiveness of the Offeror?s proposed products or processes in field experiments and/or tests in a simulated environment. 2.2 Full Proposals 2.2.1 Full Proposal Format (Volume 1 - Technical and Volume 2 - Cost Proposal) Paper Size ? 8.5 x 11 inch paper Margins ? 1? inch Spacing ? single or double-spaced Font ? Times New Roman, 12 point Page Limit ? Volume 1 shall not exceed 30 pages (excluding resumes). There are no page limitations to Volume 2. Copies ? one (1) original and one electronic copy on a 3.5? Diskette or CD-ROM, (in Microsoft? Word or Excel compatible or .PDF format). 2.2.2 Full Proposal Content 2.2.2.1 Volume 1: Technical Proposal 2.2.2.1.1 Cover Page This must include the words ?Technical Proposal? and the following: BAA number; Title of Proposal; Identity of prime Offeror and complete list of subcontractors, if applicable; Technical contact (name, address, phone/fax, electronic mail address) and; Administrative/business contact (name, address, phone/fax, electronic mail address) 2.2.2.1.2 Table of Contents 2.2.2.1.3 Statement of Work A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award instrument. To this end, such proposals must include a severable self-standing SOW without any proprietary restrictions, which can be attached to the contract or agreement award. When options are contemplated, the SOW must clearly identify separate optional task areas. 2.2.2.1.4 Technical Concept The Technical Concept shall be a reiteration of the Technical Concept provided in the White Paper and may include any updated information of relevance. 2.2.2.1.5 Project Schedule and Milestones Include here a summary of the schedule of events and milestones. 2.2.2.1.6 Assertion of Data Rights Include here a summary of any proprietary rights to pre-existing results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. Any rights claimed in other parts of the proposal that would impact the rights in this section must be cross-referenced. If there are proprietary rights, the Offeror must explain how these affect its ability to deliver subsystems for integration. Additionally, Offerors must explain how the program goals are achievable in light of these proprietary and/or restrictive limitations. If there are no claims of proprietary rights in pre-existing data, this section shall consist of a statement to that effect. 2.2.2.1.7 Deliverables A detailed description of the results and products to be delivered, both in hardware and in paper deliverables. The SOW should include a summary listing of these deliverables. The deliverables list shall minimally include Technical and Financial Progress Reports, Presentation Material, Meeting Minutes, Technical Documents or Reports, and a Final Report. 2.2.2.1.8 Management Approach A discussion of the overall approach to the management of this effort, including brief discussions of the total organization; use of personnel; project/function/subcontractor relationships; Government research interfaces; and planning, scheduling and control practices. Identify which personnel and subcontractors (if any) will be involved. Submit resumes/curriculum vitae for the key personnel identified. Include a description of the facilities that are required for the proposed effort with a description of any Government Furnished Equipment/Hardware/Software/Information required, by version and/or configuration. 2.2.2.1.9 Past Performance Offerors shall provide all relevant past performance for similar or related work under contracts currently being performed or completed during the last three (3) years. The Offeror may include Federal, State and Local Government and private sector contracts. Offerors that represent newly formed entities, without prior contract experience, should identify previous contract and subcontract experience for all key personnel identified in the proposal. The contractor shall provide the following information for each such contract: 1. Contract Number 2. Customer/Agency 3. Contracting Officer and Technical Point of Contact (names and phone numbers) 4. Brief Description of Scope of Work 5. Contract Type 6. Award Price 7. Total Labor-Hours of Effort 8. Period of Performance 9. Contract Deliverables 2.2.2.2 VOLUME 2: Cost Proposal The Cost Proposal shall consist of a cover page and two parts. Part 1 will provide a detailed cost breakdown of all costs by cost category and by calendar/fiscal year. Part 2 will provide a Cost breakdown by task/sub task using the same task numbers in the Statement of Work. Options must be separately priced. 2.2.2.2.1 Cover Page The submission of cost or pricing data in accordance with FAR 15.403.4 is mandatory if the Offeror?s proposed cost exceeds $550,000.00. The words ?Cost Proposal? should appear on the cover page in addition to the following information: BAA number: N00024-05-BAA- ; Title of Proposal; Identity of prime Offeror and complete list of subcontractors/sub-recipients, if applicable; Technical contact (name, address, phone/fax, electronic mail address) Administrative/business contact (name, address, phone/fax, electronic mail address); Summary statement of proposed costs and; Cognizant DCAA and DCMA point of contact, address, phone/fax, electronic mail address (if readily available) 2.2.2.2.2 Part 1 Detailed breakdown of all costs by cost category and by calendar/fiscal year (when options are contemplated, options must be separately identified and priced by calendar/fiscal year). Cost categories include: a. Direct Labor ? Individual labor category or person, with associated labor hours and unburdened direct labor rates; b. Indirect Costs ? Fringe Benefits, Overhead, G&A, COM, etc. (Must show base amount and rate); c. Proposed contractor acquired equipment such as computer hardware for proposed research projects should be specifically itemized with costs or estimated costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Where possible, indicate purchasing method (competition, price comparison, market review, etc.); d. Travel ? Number of trips, destinations, duration, etc; e. Subcontract ? A cost proposal as detailed as the Offeror?s cost proposal will be required to be submitted by the subcontractor. The subcontractor?s cost proposal can be provided in a sealed envelope with the Offeror?s cost proposal or will be requested from the subcontractor at a later date; f. Consultant ? Provide consultant agreement or other document which verifies the proposed loaded daily/hourly rate; g. Materials ? Specifically itemized by cost element. An explanation of any estimating factors, including their derivation and application, shall be provided. Where possible, indicate purchasing method (competition, price comparison, market review, etc.); h. Other Directs Costs and; i. Fee/Profit including fee percentage. 2.2.2.2.3 Part 2 Cost breakdown by task/sub task corresponding to the same task numbers (or work breakdown structure) in the Statement of Work. When options are contemplated, options must be separately identified and priced by task/sub-task corresponding to the same task numbers in the Statement of Work. 3. Address for the Submission of White Papers and Full Proposals ? Naval Sea Systems Command (NAVSEA) 1333 Isaac Hull Ave SE Washington, DC 20376 Marked for: PMS-500I (Mr. Joseph Tannenbaum) VI. EVALUATION INFORMATION 1. Evaluation Criteria ? 1.1 White Papers Evaluation of the ?White Papers? will be based on a competitive selection resulting from a scientific review using the following evaluation criteria: (1) overall scientific and technical merits of the concept; and (2) potential Naval relevance and contributions of the effort to the improved performance of an IPS. Selection of the Offeror(s) from which Full Proposals will be requested, will be based upon the Government?s assessment of Items (1) and (2). 1.2 Full Proposals Award decisions will be based on a competitive selection of proposals resulting from a scientific review. Evaluations will be conducted using the following evaluation criteria: (1) overall scientific and technical merits of the proposal; (2) potential naval relevance and contributions of the improved performance of an IPS; (3) the offeror's capabilities, related experience/past performance, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; (4) the qualifications, capabilities and experience of the proposed Principal Investigator, team leader and key personnel who are critical in achieving the proposal objectives; and (5) the realism of the proposed cost and availability of funds. The degree of importance of the offeror?s cost will be evaluated based on the assessment of the overall technical merit of the proposal and the funds available for the technology area proposed. 2. Evaluation Panel - Technical and cost proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-5 and 15.207. The cognizant Government experts will perform the evaluation of technical proposals. Cost proposals will be evaluated by Government business professionals. Restrictive notices notwithstanding, one or more support contractors may be utilized as subject-matter-expert technical consultants. Similarly, support contractors may be utilized to evaluate cost proposals. However, proposal selection and award decisions are solely the responsibility of Government personnel. Each support contractor?s employee having access to technical and cost proposals submitted in response to this BAA will be required to sign a non-disclosure statement prior to receipt of any proposal submissions. VII. SECURITY CLASSIFICATION In order to facilitate intra program collaboration and technology transfer, the Government will attempt to enable technology developers to work at the unclassified level to the maximum extent possible. If access to classified material will be required at any point during performance, the offeror must clearly identify such need prominently in their proposal. If developers use unclassified data in their deliveries and demonstrations regarding a potential classified project, they should use methods and conventions consistent with those used in classified environments. Such conventions will permit the various subsystems and the final system to be more adaptable in accommodating classified data in the transition system. ****
- Record
- SN00719997-W 20041212/041210212052 (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 |