SOLICITATION NOTICE
A -- Developmental Aircrew Protective Clothing and Devices for us inTactical, Rotary, and Support Aircraft
- Notice Date
- 2/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-05-R-0050
- Response Due
- 12/14/2005
- Description
- Broad Agency Announcement (BAA) N00421-05-R-0050 solicits/requests proposals for Developmental Aircrew Protective Clothing and Devices for use in Tactical, Rotary, and Support Aircraft. Responses to this BAA submitted in accordance with the guidelines set forth herein will be accepted at the Contracting Office for a period of twelve (12) months from the date of this announcement. No formal solicitation will be issued; this BAA is the solicitation. AREAS OF INTEREST - Areas of interest include new, innovative approaches to providing enhanced aircrew protection/performance in current and future Navy tactical, rotary and support aircraft. Topic areas include but are not limited to: (1) protection against G-induced loss of consciousness, loss of situational awareness, spatial disorientation, and high altitude hypoxia; (2) development of micro/nanotechnology applicable to life support and protective devices; (3) protection against hypothermia/hyperthermia; (4) auxiliary or integrated human cooling and heating systems; (5) integrated helmet mounted displays, multi-mode helmet vision system technology; (6) advanced filter/device development for eye and / or sensor protection; (7) aircrew / equipment compatibility; (8) aircrew breathing systems and advanced concept approaches for current and future aircraft applications; (9) improved crash protection, advanced restraint systems (all axes of restraint), and seating concepts; (10) emergency egress/escape concepts such as but not limited to improved signaling/locating, thermal signature reduction, and day/night cloaking technologies (11) improved / integrated communications systems; (12) improved hearing protection and communiction capabilities in high noise environments (13) improved / integrated floatation systems; (14) human strength enhancement technologies; (15) improved garment textiles/materials flame resisitance and improved garment textile/materials, flame resistant and melt-proof fibers, webbings, water-proof, high-stretch, breathable fabrics, durable, malleable, lightweight conductive-network fabrics, low-bulk/high flexibility vascular compression mechanisms for acceleration protection, fast-response cooling/heating textiles (16) improved lightweight, portable power sources, recharging and scavenging technologies; and (17) other threat protection technologies. PROPOSAL SUBMISSION - Proposals may address one or more of the areas listed above. Proposals shall be limited to advanced development where concept feasibility has already been demonstrated. The period of performance may range from .5 up to 4 years at a level of effort of .5 to 5 work-years per year. Reasonable deviations/exceptions will be considered. More than one proposal may be submitted during the twelve (12) month period following publication of this announcement. Technical proposals shall not exceed fifty (50) pages. Cost proposals shall include a detailed breakdown of proposed cost/prices. Offerors shall submit one (1) original and four (4) copies of their proposal to Contracts, Attn: Roberta Nethercutt, Department Of The Navy, NAVAL AIR SYSTEMS COMMAND, Aircraft Support Contracts Department (2.5.1.3.2.1), 21983 Bundy Road, Unit 7 Bldg 441, Patuxent River, MD 20670-1127. The cost of preparation of a response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. PROPOSAL EVALUATION - Proposals will be evaluated as they are received. Merit shall be determined based on: (1) overall scientific and technical merit, (2) the offeror's ability to demonstrate feasibility; (3) the offeror's experience, facilities, techniques or unique combinations of these criteria which are integral for achieving the proposed objectives, and (4) realism of proposed cost. CONTRACT/AGREEMENT TYPE - NAVAIR is willing to consider various types of acquisition vehicles including, but not limited to, traditional contracts using FAR/DFARS and/or non-procurement agreements e.g. Cooperative Agreements under 10 U.S.C. 2358 and Technology Incentive Awards under 10 U.S.C. 2371 or U.S.C. 2358 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and Section 845, Authority to Carry Out Certain Prototype Projects. Acquisition type (contract/agreement) will be ultimately determined by the Government. NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Contract/agreement modifications may be executed to satisfy these requirements; thereby providing for flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting contract/agreement, and therefore will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. AWARDS - Contract award will be based on the proposals technical merit, cost, and availability of appropriations. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. There is no commitment by the Navy to be responsible for any monies expended by the offeror prior to award of a contract/agreement. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvataged business, woman-owned small business concerns, and HBCU/MIs. If a full cost proposal is requested by the Contracting Officer, and the total exceeds $500,000, any large business is required to include a Subcontracting Plan, in accordance with FAR 52.219-9, with the proposal package. Offerors are cautioned that only a Contracting Officer is legally authorized to commit the Government. POINTS OF CONTACT - The technical point of contact is Dr. James Sheehy, AIR 4.6T (301) 342-8480, e-mail: James.Sheehy@navy.mil while Ms. Roberta Nethercutt (301) 757-8939, email: Roberta. Nethercutt@navy.mil is the point of contact for all contractual matters. Offerors may contact these individuals at any time for clarification of technical/contractual issues and cost proposal format. Last Updated: 12/14/2004
- Place of Performance
- Address: Department Of The NAVY, NAVAL AIR SYSTEMS COMMAND, Aircraft Support Contracts, Department (2.5.1.3.2), 21983 Bundy Road Unit7, BLDG. 441, Patuxent River, MD
- Zip Code: 20670-1127
- Zip Code: 20670-1127
- Record
- SN00749431-W 20050212/050210212303 (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 |