Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOLICITATION NOTICE

A -- SBIR Phase III Topic N112-127 Backup Shipboard Landing System for Vertical Takeoff and Landing Unmanned Air Vehicles

Notice Date
12/22/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
SBIR_15_24959
 
Archive Date
1/22/2016
 
Point of Contact
Elaine M Lovering, Phone: 732-323-5221
 
E-Mail Address
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-15-G-0030-0001
 
Award Date
11/2/2015
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION •1. Agency and Contracting Activity. Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ •2. Nature/Description of Action(s) Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement (BOA) delivery order to Scientific Systems Company, Inc. (SSCI). The Fire Scout Vertical Takeoff and Landing Tactical Unmanned Air Vehicle (VTUAV) is currently dependent on a single ship-mounted, radar-based landing system that is susceptible to component failures. Such a failure would require the air vehicle to divert from the intended host platform to another radar-landing system-equipped ship or land-based facility. If an acceptably equipped alternate ship or land facility is out of range or unavailable, an aircraft would have to be ditched at sea. A backup landing capability would permit safe landing of the air vehicle on board the ship despite a failure of the VTUAV's primary landing system. The backup landing system will enable the Fire Scout to fly a final approach and land itself on the helicopter flight deck on a moving ship. On 20 October 2011, SSCI (N68335-12-C-0069), Aurora Flight Sciences Corp. (N68335-12-C-0067), and FarCo Technologies, Inc. (N68335-12-C-0068) were awarded SBIR Phase I contracts. Topic N112-127 was titled "Backup Shipboard Landing System for Vertical Takeoff and Landing Unmanned Air Vehicles." SSCI was subsequently awarded SBIR Phase II contract N68335-13-C-0145 on 17 December 2012 that is incrementally funded and has a contract end date of 15 March 2016. Topic N112-127 sought the development of a backup landing system for the MQ-8 Fire Scout VTUAV that could take over in the event that the primary landing system, the UAV Common Automatic Recovery System, experienced an unrecoverable failure. •3. Description of Supplies/Services. This procurement effort is a direct transition of key technologies, algorithms, and software developed under SBIR Topic N112-127. Specifically, SSCI will leverage key innovations under the SBIR Phase III effort to build and transition a fully integrated hardware and software system to enable the MQ-8 Fire Scout, and other air vehicles to (1) land on a ship deck using optical cameras and existing shipboard deck markings; (2) navigate over land without a global positioning system; (3) detect inclement weather that may create icing conditions; and (4) detect, sense, and avoid potential collision threats. This Phase III requirement derives from the Phase I and Phase II described in paragraph 2, and is for further research and development efforts as well as assembly of an initial, fully-functional prototype. This effort will culminate with a functional verification test of the prototype integrated system into a representative environment. This effort will be Delivery Order #0001 under BOA N68335-15-G-0030. •4. Identification of Statutory Authority. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period. " Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." •5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. •6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only SSCI is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. •7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price/cost of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. •8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. •9. Any Other Supporting Facts. Not applicable. •10. Listing of Interested Sources. Not applicable. •11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. At this time the product has not been determined to be a commercial item, therefore, NAVAIR has no plan at this time to compete future contracts for the types of supplies/services covered by this document. However, if the item becomes commercialized, it is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers. •12. Period of Performance. BOA: 8 July 2015 - 8 July 2020; DO #0001: 24 months •13. Total Estimated Dollar Value of the Acquisition Covered by this J&A, with Funding Specified by Year and Appropriation. See Appendix A for Estimated Dollar Value •14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis. No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only SSCI is being considered for Phase III award due to the nature of the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/SBIR_15_24959/listing.html)
 
Place of Performance
Address: Woburn, Massachusetts, 01801, United States
Zip Code: 01801
 
Record
SN03975894-W 20151224/151222234251-397b85bc65fe4cb479be23108271c284 (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 |
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.