Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

A -- Broad Agency Announcement (BAA) for the Defense Acquisition Challenge Program (DACP)

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-05-R-0017
 
Response Due
2/18/2005
 
Archive Date
4/19/2005
 
Small Business Set-Aside
N/A
 
Description
The Defense Acquisition Challenge Program (DACP) was established by Congress (Chapter 139 of Title 10 United States Code (USC), Section 2359b) to increase the introduction of innovative and cost-saving technologies and products into existing Departme nt of Defense (DoD) acquisition programs. The DACP Program is managed through Deputy Under Secretary of Defense Advanced Systems and Concepts (AS&C), Comparative Testing Office. DACP provides any person or activity within or outside the DoD the opportunity to propose alternative technologies and product improvements. Opportunities known as Challenge Proposals, proposed at the component, subsystem, or system level of an existing DoD acquisition program, will be evaluated for resulting improvements in perform ance, affordability, manufacturability, or operational capability of that acquisition program. DACP Proposals will be evaluated under the guidelines outlined in Title 10 USC, 2359b, Defense Acquisition Challenge Program. This Broad Agency Announcement (BAA) is open to any of the below listed technologies, products, or processes demonstrating a near- term potential to improve existing DoD acquisition programs. Preference will be given to those technologies and products that have the potential to be evaluated in less than 24 months from project selection, with near-immediate transition to operations/pro duction at the completion of evaluation. To meet this time-line the Technology Readiness Level (TRL) of proposed technologies or processes must be at least TRL 6 or 7 (model or prototype demonstrated in a relevant or operational environment) at time propos ed, and at TRL 8 or 9 (qualified through testing or ready for production) by completion of DACP testing. Proposals that exceed a 24-month test and evaluation time-line will be considered on a case-by-case basis. DACP technology areas to be considered inclu de improvements for US Army Current Forces: Soldier protection in counter-insurgency environment; Network-enabled battle command to current forces; Responsive, networked, precision fires to current force; Protection for force in non-contiguous battle-space operations; Improvements to non-lethal capabilities for the current force; Improving the ability of current force to conduct joint urban operations; Expanding human intelligence capabilities; Increasing ability and speed of analysis and information dissem ination; Increasing ability for sustained, high operational tempo; Improving special operations forces and conventional forces integration; for US Army Future Forces: Enhancements to soldier protection; Providing effective C2 throughout all phases of opera tions  any location; Enhancing platform protection; Providing C4 architecture  fully functional in all conditions, LOS/NLOS (Line-of-Sight/Non-Line-of-Sight); Providing modular, tailorable forces rapidly deployable in mission configuration; Providing let hality overmatch  any enemy LOS/BLOS(Beyond Line-of-Sight)/NLOS, all conditions; Improving the ability to train-as-you-fight by operating similar at both combat training centers and home station; Providing superior ISR (Intelligence, Surveillance and Reco nnaissance)  modular, scalable, tailored battlefield awareness; Providing enhanced countermine capabilities; Providing modular forces tailored for self-sufficiency and endurance. For US Navy: Ship and submarine hull, mechanical and electrical systems; Sh ip and submarine combat systems; Platform acoustical and electro-magnetic signature reduction; Ship platform radar cross-section reduction; Composite structures and structural integrity; Platform fire detection and control; Ship and submarine propulsion; D istributed shipboard power sources and related architecture; Integrated full-electric propulsion system; Ship control systems for platform stability, station and course-keeping; Unmanned underwater vehicles; Undersea communication; Undersea-air communicati on; Improved shipboard hotel services for C4 systems support; Op tical communication in a maritime environment; Low Noise Amplifier for X/Ka bands; Multi-INT data comprehension and fusion; Black-Core routing; Deterministic application performance in C4 environment; Network-centric warfare technologies; FORCEnet technolo gies; anti-submarine warfare technologies; Active sonar operator aids in acoustically cluttered littoral environments; development of performance specifications for low-cost SATCOM (Satellite Communication) terminal; Information processing to optimize weap ons handling and storage; Advanced catapult control technologies; advanced aircraft structures; Advanced flight deck lighting; Improved helicopter mishap survivability; Image fusion, image warping, and helmet-mounted display; Common helmet-vehicle interfac e; Virtual retinal displays; Aircraft decision support for multi-platform applications; Aircraft radio technologies; Advanced technologies for JTRS (Joint Tactical Radio System) ancillary equipment; aircraft antenna technologies; Reduction/cancellation of multi-path effects on ground-based X-band radars; Multi-service Mode 5 transponders. For US Marine Corps: Lightweight water purifiers; Lightweight armoring or improvised explosive device (IED) protection for HMMWV (High Mobility Multipurpose Wheeled Vehicl e); Coating or process to restore used mortar tubes and tank barrels; Coating or process that will extend the life of new mortar tubes and tank barrels; Attachments for the Assault Breacher Vehicle or M1A1 Tank Chassis; Barrel-mounted modular weapons light systems; Laser sights for small arms; Ballistics protection devices for personnel and vehicles; Small arms weapon suppressors; Coating process to reduce wear of small arms; Improved data storage devices for combat vehicles for C4I (Command & Control, Comm unications, Computers and Intelligence) applications; Special operations (CQB) lighting for individual Marines; improved training and simulation systems; Lightweight body armor and equipment to reduce the weight of common gear carried by Marines; Miniaturi zed, ruggedized wireless handheld computing device that replaces laptop computer or other communication/intelligence equipment; lightweight, extended-life batteries. For US Air Force: Advanced point mensuration tools; AWACS (Airborne Warning and Control Sy stem) E-3 Aircrew Operator seat; Improvements to Air Force Mission Support System; Miniature Air Launched Decoy; Precision Airdrop capability; Improvements/upgrades to Global Broadcast Service; B-52 Stand-off jammer; Improvements to satellite communication s; AWACS computer and display upgrades; X-channel extended 1553 databus for B-2; Unattended remote ground sensors; Deployable oxygen system; Aeromedical evacuation; Aircraft wireless intercom system; subscale aerial target; Improvements to Large Aircraft I nfrared Countermeasures; Counter satellite communication systems; Transformational communication terminals. For US Special Operations Forces: Improved laminated textiles for use as SOF combat clothing; Air-transportable, hybrid-electric/multi-fuel All Te rrain Vehicle (ATV) with enhanced self-protection; Multi-purpose hitch/platform to accommodate ATV on back of ground vehicles; Improved micro power devices delivering 300watts for 30 hours weighing less than or equal to 2.2lbs; Mobile communications with c overt waveform & bandwidth to provide undetectable tactical communications; Network Direction Finding to provide geo-location data on signals of interest; Micro sensors functioning as antennae; Mobile network to enable up to 20 manned & unmanned sensors t o function as a complete network; Fused intelligence device on single UAV (Uninhabited Aerospace Vehicle)/UV (Uninhabited Vehicle) platform, specifically SIGINT (Signals Intelligence)and IMINT (Imagery Intelligence); Electronic topographical map generato r and augmented reality Radio Frequency (RF) signal, fused on a real time wrist/heads-up display; Secure Wireless Detection and Networking for Tactical Forces; Through-ground personnel locator - underground communication and tracking capability; Light-Weight on-the-move Electronic Warfare (EW) Detection weighing less than 5 pounds and cube of less than 18 square inches; Next-generation hand-held Automated Dat a Processing devices; On-the-move X Band Satellite Communication; Interrogation Survey Techniques; Cell tower on-the-move technology-providing Voice Over Internet Protocol, internet, video/frame-relay/full-frame video for video link down link & supportin g transfer to hand-held devices; Dynamic and flexible single common software suite that adheres to open system architecture; Multi-purpose unmanned aerial vehicle payloads; Electro-Optic Infrared Camera; Radio Communications Relay Packages; Data transfer payloads (e.g., LIDAR (Light Detection and Ranging), SAR (Synthetic Apperture Radar)); Electronic Warfare/SIGINT (Signals Intelligence) payloads; Self-launching unmanned aerial vehicles; Air-droppable remote controlled/automated audio media: e.g., leafle t radios; scatterable loudspeakers; Electronic Paper (electro-wetting technology); Extendedrange, increased performance/variable speed canopy para-foil; Leaflet tagging mission effectiveness feedback system; Deployable leaflet rolling system; Hyper-so nic sound loud speaker with sound source protection; Miniaturized man-pack hi-fidelity loudspeakers; Miniaturized belt mount/man-pack electronic news gathering AV recording system; Lightweight Machine-Gun Signature Suppression (LMGSS); Miniaturized Day Night Sight power source integration and component ruggedization; M224 Mortar/M64A1 Sight units elimination of radioactive light sources; 40mm Rifle Launched CCD Camera and 40mm Rifle Launched Flechette Grenade; and 40mm ammunition in general. The evaluation of proposals will be conducted in two phases. In the FIRST PHASE, any person or activity within or outside the DoD interested in participating must submit a Defense Acquisition Challenge Program Proposal along with a Quad Chart, using the mo st current templates provided on the proposal submission website: http://bids.acqcenter.com/dacp. All proposals received will be subjected to competitive peer and scientific review. Evaluation criteria for selection include at a minimum: (A) whether the pr oposal has merit; (B) whether the proposal is likely to result in improvements in performance, affordability, manufacturability, or operational capability at the component, subsystem, or system level of an acquisition program; (C) whether the proposal coul d be implemented in the acquisition program rapidly, at an acceptable cost, and without unacceptable disruption to the acquisition program. Proposals that meet the requirements as outlined above, and any additional evaluation criteria deemed appropriate fo r source selection, will be prioritized based on potential for providing innovative and cost-saving technologies or products into existing Department of Defense acquisition programs and ability to meet warfighter needs. The acquisition program of record (P OR) that can be identified as the most likely to benefit from the proposed technology or product will be asked to conduct a review of the proposal submitted in this First Phase. Although not required in this first phase, a letter of support/endorsement fro m the DoD Program Management Office or Program Executive Office responsible for the acquisition program may be submitted in conjunction with the proposal. The associated DoD Program Manager, in collaboration with the prime system contractor on the program, will decide whether to accept the proposal and further refine/develop the proposal. In the SECOND PHASE the PORs that have accepted the First Phase proposal will be extended an invitation to develop and submit a Second Phase Proposal in competition for DA CP funding used to test the proposed technology. The purpose of the Second Phase Proposal is for the sponsoring government program office to refine the First Phase prop osal addressing key performance parameters, preliminary test plan, cost analysis, funding required to test/evaluate the technology or product, the length of the evaluation period, and the program office plan to transition the technology or product to the f ield if it meets the programs requirements, etc. Proposals may request funding for test article acquisition, test and evaluation of the test article, appropriate vendor cost, integration costs, and some government program office costs. By law, DACP funds c annot be used to implement/field the technology or product. Persons, organizations, and government activities submitting DACP Proposals that meet the requirements as outlined above and are accepted by the acquisition program may be extended an invitation t o work with the DoD sponsor to submit a Final Proposal. The DACP Final Proposal will include: key performance parameters (those the technology/product/process must meet); test concept and schedule for the test planning, administration, and data analysis; a plan for integration (to include cost and schedule) of the technology or product into the acquisition program; test article cost; Quad Chart and a Project Chart with cost profile for the test and evaluation of the technology/product/process for the intend ed application. The integration plan must include all applicable certifications (safety, flight worthiness, insensitive munitions, operational utility, etc.) required to insert the product/technology/process into the acquisition program. Letters of support from the acquisition authority expressing intent to procure, or the weapon system prime expressing intent to incorporate, pending successful testing, are highly encouraged. At the completion of the Second Phase a Government-led evaluation team will revie w all competing Proposals and assess each against the evaluation criteria set forth in Title 10, USC Section 2359b and those criteria deemed appropriate for source selection. The Second Phase Government review of the Proposals will include all criteria lis ted above, as well as: (A) an assessment of the cost, ease, and likelihood of adopting the challenge proposal and implementing it in the acquisition program; and (B) consideration of any intellectual property issues associated with the Challenge Proposal. Proposals will be selected for funding based on their assessment rating and the availability of Government funding. Selection for funding is highly competitive. Every attempt will be made to ensure that all submitters are notified of the outcome of their p roposal(s). Final FY2006 selections are expected to be finalized NLT 1 October, 2005. All submissions into the Defense Acquisition Challenge website must be UNCLASSIFIED. Classified submissions, up to SECRET, can be accepted through the mail. Classified re sponses must be appropriately marked, sealed and mailed in accordance with classified handling procedures. Classified proposals must adhere to the same Proposal and Quad Chart formats provided on the website. For classified submittals, send an email to def ensechallenge@osd.mil. Mailing instructions will be provided at that time. Classified documents must be mailed and received by the applicable due date and time. Classification does not in any way eliminate the offeror requirement to comply with all instruc tions in the BAA. Notification of rejections will be emailed to the Proposal submitter. It should be generally assumed that the reason a proposal was not considered for further review was due to failure to meet the requirements for DACP or limited funding availability. This should not be construed as a commitment by the Government, and any information submitted by industry will not constitute an offer that could be accepted by the Government to create a binding contract. The Government does not intend to aw ard a contract on the basis of this Request for Information or otherwise pay for the information solicited. Persons submitting proposals are advised that only t he Contracting Officer may obligate the government to any agreement involving expenditure of government funds. While this BAA and evaluation process meet the requirements for fair and open competition, the final determination will reside with the DoD contr acting officer from the Sponsoring organization. Proposals must be received/submitted via the DACP website NLT 2400 hours EST, 18 February 2005. Proposals submitted after the deadline will have to be submitted as an UNSOLICITED PROPOSAL and may result in t he proposal not being considered for funding during the initial selection cycle. All Proposal submissions must comply with the Submission Guidelines and use the FY2006 templates provided on the website. Failure to comply with the above instructions may res ult in the rejection of the proposal during the administrative review. Questions regarding DACP should be directed to defensechallenge@osd.mil or 703-602-3740. Original Point of Contact: Comparative Testing Office, Attn: Mr. Dan Cundiff, Phone (703) 602-37 40, Fax (703) 602-3748; Email defensechallenge@osd.mil. Alternate Point of Contact: Paul Frichtl, Phone (703) 602-3739; Fax (703)602-3748; Email questions to defensechallenge@osd.mil. Refer Service-specific questions on technical areas/issues to: Army: Mr. Al Trawinski, (703) 806-0999, email: allan.trawinski@us.army.mil; Navy: Dr. Peter Majumdar, (703) 696-0445, email: peter_majumdar@onr.navy.mil; Air Force, Ms. Kathy Bailey, (703) 588-6428, email: Kathy.Bailey@pentagon.af.mil ; Marine Corp, Ms. Shawn Prabl ek, (703) 432-4296, email: Prableksj@mcsc.usmc.mil ; US Special Operations Command: Mr. Bill Burke, (813) 828-9426, email: burkew@socom.mil. Additional Information Defense Acquisition Challenge Program (DACP) Bids Website
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00735309-W 20050116/050114212058 (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 |
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.