Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
SOLICITATION NOTICE

A -- SBIR Phase III Topic N103-205 Innovative Imagery Processing Architecture

Notice Date
9/20/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
N68335-18-F-0066
 
Archive Date
10/14/2018
 
Point of Contact
Daniel O'Donnell, Phone: 7323232903
 
E-Mail Address
daniel.odonnell1@navy.mil
(daniel.odonnell1@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-18-F-0066
 
Award Date
9/14/2018
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of the Action Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement (BOA) to Oceanit Laboratories, Inc., Honolulu, HI. Oceanit Laboratories, Inc., SpeckTech, Inc., and 21st Century Systems, Inc. were awarded SBIR Phase I contract numbers N68335--11-C-0090, N68335-11-C-0086, and N68335-11-C-0084 on 03 November 2010 respectively resulting from Solicitation Topic N103-205. Topic N103-205 was entitled "Innovative Imagery Processing Architecture". Oceanit Laboratories, Inc. was subsequently awarded SBIR Phase II contract number N68335-12-C-0307 on 14 June 2012. Oceanit Laboratories, Inc. was later awarded SBIR Phase III BOA order N68335-16-G-0028 on 13 July 2016. Topic N103-205 sought the development of an innovative and hardware agnostic software processing architecture capable of processing multi-sensor imagery (imagery and meta-data) collected from tactical and national Intelligence Surveillance, and Reconnaissance (ISR) assets that will allow for technology upgrades and insertion of new capability to meet next generation sensor and war fighter capabilities. Phase I sought the feasibility of developing a common imagery processing software architecture using the referenced imagery standards. It sought a risk analysis assessing the ability to meet all processing requirements of the candidate sensors and identify all technical challenges that might be encountered in developing and implementing a common processing software design. Phase II sought the development of a prototype common imagery processing software application by using the results from the Phase I. Identify future ISR technology growth areas that may be addressed by the common imagery processing software and demonstrate how the candidate software design will respond to future growth as part of a pre-planned product improvement process. Phase III sought the design, development, test and demonstration of a prototype Sensor Chip Assembly (SCA) for Air Base Resilience Sensor. The prototype sensor chip assembly is comprised of an advanced infrared focal plane array hybridized to a digital pixel read out integrated circuit. This project will develop the key enabling sensor technology. The SCA technology will use advanced digital pixel focal plane design techniques to preserve high speed temporal performance features and add spatial resolution capability that enables capabilities identified in the Joint Air Base Resilience Initiative report. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, II, and III efforts described in paragraph 2, and is for the further optimization of the SCA design based on lessons learned during laboratory testing. Additionally, this effort will develop the design for a PTU which incorporates the SCA and the necessary hardware and software subsystems to demonstrate the viability of a novel defensive capability in an operationally relevant environment. The deliverables of this effort are quarterly and final reports. This effort will be N68335-16-G-0028, Delivery Order 0003. 4. Statutory Authority Permitting Other Than Full and Open Competition. 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, II, and III, 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 SBIRProgram. As described above, only Oceanit Laboratories, Inc. 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 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. 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 to competition. 12. Period of Performance. Base: 10 months Option(s): None 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 Oceanit 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/N68335-18-F-0066/listing.html)
 
Record
SN05098739-W 20180922/180920231253-aa4b7047fe1ea1f28e82b785fe3de3bc (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.