SOLICITATION NOTICE
A -- Design Optimization, Sensor Fusion Analysis and Testing of ISR and EW Sensors and Sensor Systems
- Notice Date
- 12/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N00173-08-R-SE01
- Archive Date
- 12/4/2008
- Point of Contact
- Eric Sogard, Contract Specialist, Phone 228-688-5980, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Research Laboratory (NRL) has a requirement for highly skilled personnel, equipment and facilities to support the Optical Sciences Division with a comprehensive integrated program of systems engineering, technical engineering, engineering analysis, independent assessments, and research activities pertaining to the development, measurement and evaluation of new and existing airborne systems and avionics for Navy and Marine Corps aircraft into the future. Types of developmental systems and programs requiring support include, but may not be limited to (a) ISR sensors and systems, (b) manned air/surface platform survivability and EW self protection systems, and (c) unmanned aerial and surface vehicle sensor systems. Technical requirements include in-depth expertise in requirements analysis and the evaluation and testing of complex, high resolution Vis/EO/IR sensors. Programmatic requirements include in-depth expertise in the Integrated Defense Acquisition Framework. The overall objective of this effort are the development and testing of Vis/EO/IR sensors systems including but not limited to (a) Laser based Directed Infrared Counter Measures (DIRCM) systems, (b) advanced airborne surveillance/reconnaissance systems, (c) the identification and development of state-of-the-art technologies which will provide solution to current or projected Fleet aircraft and other Naval platform survivability problems; and (d) the implementation, evaluation and transition of these technologies into engineering development or formal acquisition programs. A Cost-Plus-Fixed-Fee type contract is anticipated. The anticipated period of performance will be one (1) year with four (4) one-year options. SECRET Facility and Personnel clearances shall be required. The primary place of performance will be at the Naval Research Laboratory in Washington D.C. The solicitation will close approximately 30 days after issuance of the Request for Proposal (RFP). A detailed solicitation and Statement of Work with Personnel Qualifications will be posted on NRLs website at http://heron.nrl.navy.mil/contracts/listrfp.htm approximately 15 days from the posting of this notice. NRL utilizes Electronic Commerce (EC) to issue RFPs and amendments to RFPs paper copies of the RFP will not be provided. Any resultant contract will be DO rated under the Defense Priorities and Allocations System (DPAS). An original and 3 copies of the offerors proposal shall be received on or before the response date and time noted in the RFP. The package should be marked with the solicitation number, due date and time. All responsible sources may submit a proposal which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/listrfp.htm See numbered note 1, 25 and 26.
- Place of Performance
- Address: Naval Research Laboratory, Washington D.C.
- Zip Code: 20375-5320
- Country: UNITED STATES
- Zip Code: 20375-5320
- Record
- SN01463233-W 20071206/071204225326 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |