Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1996 PSA#1568

Supply 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