Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
SOLICITATION NOTICE

A -- SBIR Phse III Topic N08-008 entitled Commandable Mobile Anti-Submarine Warfare Sensor (CMAS), N08-023 entitled Precision High Altitude Sonobuoy Emplacement and N101-042 entitled Environmental Wideband Acoustic Receiver and Source

Notice Date
10/11/2018
 
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
N68335-19-F-0432
 
Archive Date
11/8/2018
 
Point of Contact
Cynthia Mollo, Phone: 7323237226
 
E-Mail Address
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-19-F-0432
 
Award Date
10/9/2018
 
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) order to NAVMAR Applied Sciences Corporation (NASC), Warminster, PA. Advanced Avionics Incorporated, RDA, Inc. (RDA), and SeaLandAir Technologies, Inc. were awarded SBIR Phase I contract numbers N68335-10-C-0250, N68335-10-C-0248, and N68335-10-C-0249 respectively on 19 April 2010, resulting from Solicitation 10.1, Topic N101-042 entitled "Environmental Wideband Acoustic Receiver and Source." Through acquisition, NASC acquired Advanced Avionics Incorporated, on 1 January 2011, specifically acquiring all rights, title and interest in and to the assets, properties and rights of every kind and description, real, personal and mixed, tangible and intangible. NASC and RDA were subsequently awarded SBIR Phase II contract numbers N68335-11-C-0378 and N68335-12-C-0054, respectively on 2 August 2011. RDA was awarded Phase II.5 SBIR contract number N68335-15-C-0105 on 18 March 2015. NASC was awarded SBIR Phase III BOA N68335-15-G-0013 on 13 November 2014 with four delivery orders subsequently awarded. Topic N101-042 sought the development and demonstration of an innovative air-deployable source and receiver combination capable of characterizing the acoustic ocean environment over a wide range of frequencies from Navy Maritime Patrol and Reconnaissance Aircraft with the capability of crossing multiple operational environments. Phase I sought to develop the sensor concept, design details and conceptual packaging details, and demonstrate feasibility. Phase II sought to develop and fabricate an over-the-side prototype unit(s) required to span the frequency range and demonstrate in both acoustic facilities and the ocean environment; finalize the concept design and make recommendations for Phase III production-oriented designs. Phase III sought to develop a production design of Phase II solution; conduct integrated engineering and operational testing of an air deployed system; demonstrate full operational functionality in Navy-supported test scenarios and transition to the Fleet. NASC, Advanced Avionics, Inc, and SeaLandAir Technologies, Inc. were awarded SBIR Phase I contract numbers N68335-08-C-0261 on 30 April 2008, N68335-08-C-0259 on 25 April 2008, and N68335-08-C-0260 on 29 April 2008 respectively, resulting from Solicitation 08.1, Topic N08-023 entitled "Precision High Altitude Sonobuoy Emplacement". Advanced Avionics, Inc., and SeaLandAir Technologies, Inc. were subsequently awarded SBIR Phase II contract numbers N68335-10-C-0266 on 5 April 2010 and N68335-10-C-0245 on 4 March 2010, respectively. SeaLandAir Technologies, Inc. was awarded Phase II.5 SBIR contract number N68335-16-C-0354 on 30 August 2016. NASC was awarded SBIR Phase III BOA N68335-15-G-0013 on 13 November 2014 with four delivery orders subsequently awarded. Topic N08-023 sought to develop a technique for accurate placement of sonobuoy sensors deployed from marine patrol aircraft from high altitudes. Phase I sought to develop concept and evaluate feasibility; generate hardware design details, and develop aerodynamic numerical model to assess feasibility; provide the Navy with appropriate design inputs for independent evaluation of placement accuracy. The Navy would provide representative sonobuoy hardware to support hardware design and integration if needed. Phase II sought to develop prototype and integrate with sonobuoy systems; develop algorithm to specify launch point necessary to achieve desired splash point based on predicted trajectory; conduct in-air deployment to demonstrate algorithm performance and prototype hardware capability. Phase III sought to develop production design of Phase II solution; conduct integrated testing and transition into the fleet supporting marine patrol aircraft missions. NASC, Advanced Avionics, Inc, and Physical Optics Corporation were awarded SBIR Phase I contract numbers N68335-08-C-0145, N68335-08-C-0144 and N68335-08-C-0146 on 27 March 2008 respectively, resulting from Solicitation 08.1, Topic N08-008 entitled "Commandable Mobile Anti-Submarine Warfare Sensor." Advanced Avionics, Inc., and NASC were subsequently awarded SBIR Phase II contract numbers N68335-09-C-0226 on 01 June 2009 and N68335-16-C-0160 on 10 May 2016 respectively. NASC was awarded SBIR Phase III BOA N68335-15-G-0013 on 13 November 2014 with four delivery orders subsequently awarded. Topic N08-008 sought to develop and demonstrate innovative, air-deployable, commandable, mobile sensor technologies that would provide the capability to realistically simulate the full spectrum of Antisubmarine Warfare (ASW) target signals. Phase I sought to demonstrate proof-of-concept of modular payload sensor design to maximize Commandable Mobile ASW Sensor mission flexibility and utility; evaluate emerging power source technologies along with innovative low power in-water propulsion systems; investigate aircraft communication link subsystem concepts; develop buoy conceptual packaging configurations and demonstrate supporting modeling and simulation results. Phase II sought to develop, fabricate and demonstrate candidate system components, subsystems and prototype sensor in a graduated iterative development program; and demonstrate working prototype in the ocean environment, with emphasis on over-the-side hardware. Phase III sought to conduct integrated engineering and operational testing of an air deployed system; obtain an air carriage and deployment certification, demonstrate full operational functionality in Navy-supported test scenarios and transition completed technology to fleet or appropriate Navy platform. 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 continued development of multi-faceted engineering products focused on technology transition to the fleet. In general, these products will fall under one or more of the major categories of Advanced Development, Research and Development, Intelligence Collection, Production, and System of Systems. Near-term benefits will include systems engineering, modeling and analyses, measurement of target and environment data, architecture, fabrication, installation, test, maintenance, aircrew training, fleet assistance/training, and procurement activities. Additionally, work includes performing verification in various environments through the collection, modeling, processing, and measurement of target and environment data to be provided to the government for improvements to aircrew ASW training. The deliverables of this project are System Performance Modeling, Design and Applications; In-situ Testing and Evaluation; Data Analysis and Evaluation; A-sized, Air-Deployable Rapid Prototyping; Over-the-Side Sensor Design, Development, and Maturation; Training Tools and Fleet Performance Analysis; Further Research and Development. Other deliverables include data deliverable. This effort will be Delivery Order N68335-18-F-0031 under BOA N68335-15-G-0013. 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 and 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 NASC 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: 48 months Option(s): None 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation: 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 NASC 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/N68335-19-F-0432/listing.html)
 
Record
SN05121507-W 20181013/181011230835-50e902b615a0bc336b5ed715d390a181 (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.