Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2005 FBO #1459
SPECIAL NOTICE

99 -- BROAD AGENCY ANNOUNCEMENT - SEABASE TO SHORE CONNECTOR (SSC) FOR CONCEPT STUDIES AND TECHNOLOGY DEVELOPMENT INITIATIVES

Notice Date
11/22/2005
 
Notice Type
Special Notice
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
DON-SNOTE-051122-001
 
Description
Subject: BROAD AGENCY ANNOUNCEMENT - SEABASE TO SHORE CONNECTOR (SSC) FOR CONCEPT STUDIES AND TECHNOLOGY DEVELOPMENT INITIATIVES Notice Date: November 22, 2005 Contracting Office: Department of the Navy, Naval Sea Systems Command, SEA 02224, Washington, D.C. 20376-0001 Response Due: December 30, 2005 Point of Contact: Mr. Thomas J. Murphy, PMS377KB, 202-781-4176 Contracting Officer: Mr. Chris Sherman, SEA 02224, 202-781-3934, christopher.sherman@navy.mil The Naval Sea Systems Command (NAVSEA), the Program Executive Officer, Ships (PEO Ships) and the Amphibious Warfare Program Office (PMS377) are seeking information from interested sources toward the development of the Seabase-to-Shore Connector (SSC). The SSC is the future craft for transporting vehicles and cargo from the seabase to shore. It is also the planned replacement craft for the current Service Life Extension Program (SLEP) Landing Craft, Air Cushion (LCAC). The SSC will provide high speed, over the horizon, heavy lift capability to transport the personnel, equipment, and material of the United States Marine Corps' Marine Expeditionary Brigade (MEB) as established for year 2015. The SSC is in the early stages of development. An Initial Capabilities Document (ICD) is being prepared and approval of the document is expected in May 2006. During FY06, an Analysis of Alternatives (AOA) will be conducted and a Systems and Technology Development (STD) effort will be initiated. A more extensive STD Phase will follow in FY07. Preliminary and Final Design of the SSC will continue in FY08/09. Award of a contract for detail design and construction is expected in FY10. The SSC will have, at a minimum, the ability to operate in the well deck of existing and planned U.S. Navy amphibious ships; operate with Maritime Prepositioning Force (MPF) and MPF Future (MPF(F)) ships; operate over beaches, ice, mud, and marsh areas; operate in inland regions; ascend a beach gradient of 5 degrees from standstill; ascend a beach gradient of 6 degrees at a minimum approach speed of 5 knots and transport a cargo load of 140,000 pounds. Requirements for the SSC are not finalized. However, for purpose of this announcement, participants should assume that the SSC must have capability and performance equivalent to or exceeding that of the SLEP LCAC craft. The SLEP LCAC is an air cushion vehicle with a design payload of 140,000 pounds, deck area of 1809 sq. feet, and a speed of 50 knots at a design weight of 344,685 pounds. At a minimum, it can operate in loaded conditions in a sea state where significant wave heights do not exceed one foot. The dimensions of the SLEP LCAC when on cushion are: length, 92 feet; beam, 47.5 feet; and height, 26 feet. Craft concepts are not limited to air cushion vehicles and alternatives to air cushion vehicles are sought; however, all concepts must satisfy the requirement to cross beaches and marshes and transit some distance inland. This Broad Agency Announcement (BAA) seeks proposals for concept studies and technology development initiatives in support of the SSC AOA and initial STD Phase. The general intent is to use a two phased approach. Phase I will involve the award of contracts to define a proof of concept or describe a technology development initiative, as well as a more detailed plan for further technology development in Phase II. Where a concept or technology may already be sufficiently mature and provides a significant payoff, consideration may be given to bypassing Phase I and awarding a Phase II contract now. NAVSEA intends to award up to five (5) contracts for Phase I concept studies with a value up to $200K each. These contracts will require development of the concept to a point where the feasibility of meeting mission requirements can be assessed. NAVSEA also intends to award up to 10 Phase I technology development contracts with a value up to $200K each. The technology development efforts chosen will be those deemed most likely to lead to improved capabilities and performance of the SSC, as compared to the SLEP LCAC. Phase II contracts for additional development of a concept or technology may be made, without further competition, based on the contractor's proposal submitted at the end of Phase I. In the alternative, Phase II contracts may be awarded now, in response to a proposal to further develop a sufficiently mature technology. NAVSEA intends to award up to a total of seven (7) Phase II contracts with a value not to exceed $1M each. WHITE PAPER SUBMISSION: Companies shall submit white papers summarizing their proposed SSC concepts and/or technology development effort. The information of interest to the Navy includes, but is not limited to, the following capabilities and performance improvements for the SSC compared to SLEP LCAC: the ability to operate in higher sea state conditions; increased payload, range and speed; reduced crewing; reduced maintenance and operational costs; and increased reliability and maintainability. Additionally, the Navy is interested in improvements that increase the ability of the SSC over the SLEP LCAC to cross natural and man-made obstacles; decrease internal and external noise; decrease on/off load times of equipment and fuel; increase Infra-Red (IR) suppression; improve Command, Control, Computers, Communication, and Navigation (C4N) including tactical displays; improve self defense; increase the ability to operate in Chemical, Biological and Radiological (CBR) environment; improve Onboard Training; increase the number of personnel that can be transported internal to the craft; and expansion of the operational ambient temperature range relative to cargo load. White Paper Content: Technical Section: (25 pages maximum) Cover Page: (Not included in page limitations) Must include the words "Technical Section," contact information as described below, and the following: BAA Title; Title of White Paper; Identify as a Phase I or Phase II White paper; Identity of the prime offeror and complete list of subcontractors, if applicable; Technical contact (name, address, phone/fax, e-mail address) Administrative/business contact (name, address, phone/fax, e-mail address) with signature of Authorized Representative; and Duration of effort (Indicate whether this is a Phase I or Phase II effort). Table of Contents: (Not included in page limitations) Description of the Concept or Technology Development: (6 pages maximum) A description of the effort that demonstrates an understanding of the requirements and the concept or technology that will be used to satisfy the requirement, as well as the anticipated benefit and performance enhancement expected. Provide an assessment of the increased capability and performance and a basis for that assessment. Statement of Work: (7 pages maximum) A concise 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 part of the resultant contract. To this end, such proposals must include a severable self-standing SOW without any proprietary restrictions. Include a detailed listing of the technical tasks/subtasks. Resumes: (5 pages maximum) A description of key personnel who will be used in this effort. Project Management Section: Management Approach: (5 pages maximum) A discussion of the overall approach to 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. Include a description of the facilities and capabilities that are required for the proposed effort. Project Schedule and Milestones: (1 page maximum, fold out material on larger paper size may be used if required for sketches, illustrations, or graphics with a typeface of 12-point font.) Include a summary of the schedule of events and milestones. Deliverables: (1 page maximum) A detailed description of the results and products to be delivered. It is anticipated that a requirement for the proposed deliverables will be included in the resultant contract. To this end, proposals shall include a self-standing deliverable list without any proprietary restrictions. The following deliverables, in contractor format, shall be provided as a minimum. Additional deliverables should be proposed by each offeror as appropriate. Detailed Project Plan; Monthly Technical and Financial Progress Reports; Presentation Material; Concept Feasibility Report; System Development Documents or Reports; and Final Report Cost Section: (15 pages maximum) All cost information marked as proprietary will be protected as such and will be used for evaluation purposes only. Cover Page: (Not included in page limitations) Shall include the words "Cost Section" in addition to the following information: BAA Title; Title of the White Paper; Identify as a Phase I or Phase II White paper; Identity of prime offeror and complete list of subcontractors, if applicable; Technical contact (name, address, phone/fax, e-mail address); Administrative/business contact (name, address, phone/fax, e-mail address) with signature of authorized representative, and duration of effort. The Cost Section shall be divided into two parts, Part A shall provide a cost breakdown for the Phase I or II effort and Part B, required only for Phase II White Papers, shall provide an estimate of the cost to develop and deliver the end product (craft acquisition cost for a design concept or cost to develop and deliver a system or technology) in FY06 dollars. The cost estimate (7 pages maximum) for the Phase I or Phase II effort shall provide a breakdown for all tasks by cost category in the SOW and shall include the following information: Summary statement of proposed costs; DCAA and DCMA Points of Contact (if known); Detailed breakdown of all costs for each task by cost category: Direct Labor - Individual labor category or person, with associated labor hours and unburdened direct labor rates; Indirect Costs - Fringe Benefits, Overhead, G&A, COM, etc. (Must show base amount and rate); Travel - Number of trips, number of days per trip, departure and arrival destinations, number of people, etc; Subcontract - Provide total cost and loaded daily/hourly rate. A cost proposal as detailed as the offeror's cost proposal, with the same Page limitation, will be required to be submitted by the subcontractor when the subcontractor's cost exceeds thirty five percent of the total contract cost. (The subcontractor's proposal is not included in the offeror's cost proposal page limitation.) The subcontractor's cost proposal may be provided in a sealed envelope with the offeror's cost proposal or submitted under separate cover directly to the Government, provided it is received by the stated deadline. The Part B cost estimate (8 pages maximum) for the craft or system/technology initiative shall include any developmental cost (prototyping, testing, etc), design cost and acquisition cost. The basis and rationale for the cost estimate shall be provided. An explanation of any estimating factors, including their derivation and application, shall be included. Estimates may utilize comparative cost data for similar crafts or systems/technologies developments and acquisitions. The required format for white paper submission is provided below. The information will not be returned, nor will compensation be provided for any response to this announcement. Proprietary information submitted should be so marked and will be protected. SSC WHITE PAPER FORMAT 1. General: a. The Technical Section of the White Paper shall be a maximum of 25 typed single space pages up to 8-1/2" x 11", except as noted above (not including cover page); the Cost Section of the White paper shall be a maximum of 15 typed single spaced pages up to 8-1/2" x 11", except as noted above (not including cover page). The White Paper shall be concise and to-the-point, avoiding "boilerplate," standard promotional literature, and other filler material. Limitations within sections of the proposal are indicated in the individual descriptions above. White Papers exceeding the page limit may not be evaluated. b. Use Times New Roman Font at 12 pitch for text. c. Drawings and diagrams are included within the total page count limit. d. Standards and technical papers or methodologies may be referenced in the text. If referenced, a copy of the standard, technical paper, or methodology shall be provided upon request. e. Proposed commercial sources shall include a complete description of the item with explanation as to the applicability to the Program and/or Government requirement. Include an estimate of the durability and supportability of the commercial product. f. Color and/or enhanced graphics are not required. g. Items 1.d. and 1.e do not count against the page count limit. 2. Concept or Technology Development: Identify specific SSC areas and capabilities in the proposal that will be affected by the proposed Concept or System/Technology Initiative: a. Hull form and description b. Dimensions (Weight/Cube/Cargo Capacity/Ramps) c. Propulsion d. Drag and powering e. Craft Maneuverability f. Stability g. Hull construction h. Corrosion Control i. Survivability and Damage Control j. C4N architecture and capabilities k. Crew manning, including automation impacts l. Growth capability for cargo, personnel, and C4N m. Personnel transport capability n. Speed, Range, and Operational Limitations/Tradeoffs This announcement will remain open, and White Papers will be accepted through 30 December 2005. Companies who receive a Phase I contract award may submit a follow-on Phase II proposal through 31 May 2006. This BAA is issued per Federal Acquisition Regulation (FAR) 6.102(d)(2); there will be neither a formal Request for Proposals (RFP) nor other solicitation issued in regard to this announcement. This announcement should not be construed as a commitment or authorization to incur costs in anticipation of an award; the Government is not bound to make any awards under this announcement. Submission of a White Paper does not assure the company of a subsequent award. The White Paper shall be submitted as a Microsoft Word or Adobe Acrobat file either; (1) as an email attachment to christopher.sherman@navy.mil, or (2) on a Compact Disc (CD) to the Contracting Officer at the following address: COMMANDER, NAVAL SEA SYSTEMS COMMAND, ATTN SEA 02224 CHRIS SHERMAN, 1333 ISAAC HULL AVENUE SE STOP 2020, WASHINGTON NAVY YARD DC 20376-2020. Hard copies are neither! required nor desired. However, pictures, drawings, diagrams, and standard corporate literature may be provided in non-electronic media. WHITE PAPER EVALUATION: 1. Evaluation Criteria: White Papers will be evaluated using the following criteria in descending order of importance: a. Overall technical merit of concept or technology development. b. Operational feasibility of the proposed concept or technology development. c. Overall assessment of the risk of the concept or technology d. The cost for the Phase I or Phase II effort and for Phase II efforts, the estimated end product cost for the proposed preliminary design concept. e. Company capabilities, related experience, past performance and unique design tools/techniques which increase the likelihood of achieving the objectives stated. Further information may be requested for technical clarification. Submission of papers and attendance at any associated workshops(s) will not be compensated and are not a requirement for participation in subsequent procurements nor will the data be used to pre-qualify prospective companies for any future solicitations. NOTE: Information provided in response to this BAA shall not be disclosed outside the U.S. Government and shall not be duplicated, used, or disclosed, in whole or in part, for any other purpose than to evaluate the White Paper submissions. If, however, a contract is issued to a company as a result of, or in connection with, the submission of information in response to this BAA, the Government shall have the right to duplicate, use, or disclose the technical data to the extent provided in the contract. 2. Evaluation Panel: The evaluation of proposals will be performed by an Evaluation Team of Government technical experts drawn from Naval Systems Commands, Navy Warfare Centers, and other Naval and Defense activities/agencies. The Government may also use selected support contractor personnel to advise or assist in the evaluation and/or administrative handling of any proposals ensuing from this announcement. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. Submission of a Proposal/White Paper constitutes permission for these support contractors to have access to the submitted proposal/White Paper.
 
Record
SN00936467-W 20051124/051122212320 (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.