|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1996 PSA#1568Supply Dept, Indian Head Division, Naval Surface Warfare Center 101
Strauss Ave, Indian Head MD 20640-5035 A -- BROAD AGENCY ANNOUNCEMENT (BAA-003) FOR R&D AND OF CAD/PAD
TECHNOLOGY FOR AIRCREW ESCAPE SYSTEMS. POC Contact Donna Coates,
Contract Specialist, 1142E, 301-743-6574, David E. Hall, Contracting
Officer, 1142. The Indian Head Division is seeking proposals for
Advanced Development of CAD/PAD Technology for Aircrew Escape Systems.
There will be no formal RFP or other solicitation requests for this
requirement. Proposals shall address the following technology:
Performing required signal transmission and severance functions for
aircraft escape systems using non-lead sheathed linear explosive
components or devices. Lead is a heavy metal and poison which is
regulated by the Environmental Protection Agency (EPA) and by the
Occupational Safety and Health Association (OSHA). Stricter EPA, OSHA,
and state regulations in the future will force users and manufacturers
to develop alternate concepts for meeting the current and anticipated
aircraft signal transmission and severance requirements. This
Announcement provides suppliers the opportunity to propose alternate
concepts which the Government will evaluate through contractor
performed Design Verification Testing which, upon successful
completion, could lead to qualification and implementation of non-lead
sheathed signal transmission and severance linear explosive devices in
aircraft applications. Organizations wishing to participated in this
program must submit a proposal to IHDIV,NSWC by 15 MAY 96, 4:00 p.m.
Eastern Time. Proposals may contain multiple tasks; however, each task
must have its own deliverable, as each task will be considered
separately for award. The proposal tasks can range from small scale
efforts to larger concept feasibility and demonstration test efforts.
The Government intends to award one contract upon completion of
evaluation with some number of additional contracts comtemplated
depending on availability of funds. Specific deliverables, delivery
schedules, and contracts will be negotiated with successful offerers
whose concepts are selected for award. All proposals submitted under
this announcement shall be considered Government property and treated
as ''Competition Sensitive'' materials. The Government may require
unlimited data reights for development work performed under the
resulting contracts. Proposals submitted shall include the following
sections: (a) cover page including title and both technical and
administrative points of contact, (b) a summary of the total proposal
briefly describing the tasks to be performed, the deliverables, the
costs, and the benefits of the project, (c) a detailed description of
each task, not to exceed twenty pages total for all tasks proposed
(excluding cost/price data) which includes the following: (1) Statement
of Work detailing scope of work, (2) a list of information and
government furnished equipment (GFE) required, (3) a description of
deliverables and their benefit to the project, (4) a detailed cost
breakdown by task including labor categories, labor rates, hours,
subcontracts, materials, travel, facility charges, and any remaining
direct or indirect costs, (5) a schedule including milestones and a
time/cost profile, (d) a description of the offerer's facilities, key
personnel, and experience in the areas of interest (not to exceed 10
pages), and (e) a SF1411 (Contract Pricing Data Sheet). Each task will
be evaluated using the following criteria: (a) Ovedrall technical
merit of the proposed approach, considering performance, design risk,
safety, reliability, system integration, maintenance, producibility,
with emphasis on previous testing conducted and reported in the
proposal by each offerer, (b) potential contribution of the proposed
approach to escape system performance, (c) the offerer's facilities and
experience, (d) qualifications and applicable experience of key
personnel critical to achieving the objectives including experience
with current signal transmission and severance systems, (e) total
realistic cost to the Government of the proposed effort. This program
is unclassified. All offers will be considered. The Government will not
cover any costs for proposal preparation costs. Organizations wishing
to participate in this program should submit proposals (3 copies) to
the Indian Head Division, Naval Surface Warfare Center, 101 Strauss
Avenue, Indian Head, MD 20640-5035, Attn: Ms. Donna Coates, Code 1142E,
Bldg. 1558 by 15 MAY 96 by 4:00 p.m. Eastern Time. A non-mandatory
pre-proposal conference session will be held 26 APR 96 for more detail.
The session will begin at 9:00 a.m. in Bldg. 1557. Attendance is
limited to two persons per offerer. Space is limited. Requests for
attendance must be submitted by 19 APR 96 in writing to Indian Head
Division, Naval Surface Warfare Center, 101 Strauss Avenue, Indian
Head, MD 20640-5035 or faxed to 301 743-6574 Attn: Ms. Donna Coates.
The technical representative for this announcement is Mr. Thomas J.
Blachowski, CAD Research and Development Branch, Code 5230H, and he can
be reached on 301 743-4243. (0095) Loren Data Corp. http://www.ld.com (SYN# 0001 19960405\A-0001.SOL)
A - Research and Development Index Page
|
|