|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City,
FL 32407-7001 A -- SURF ZONE TECHNOLOGY MINE AND OBSTACLE CLEARANCE SOL
N61331-96-R-0024 DUE 060496 POC Mary Kitchen, Contract Specialist,
(904)235-5389 Carol A. Dreger, Contracting Officer, (904)234-4863. The
Naval Surface Warfare Center, Dahlgren Division, Coastal Systems
Station (COASTSTA) Panama City, Florida is seeking proposals for
research and development to support the Office of Naval Research
Science and Technology Program, Surf Zone Technology Mine and Obstacle
Clearance. As many as three promising concept proposals may be funded.
Innovative mechanisms are sought which will potentially mature to
demonstrate and develop capabilities for the following subject areas of
interest including, but not limited to: (1) In stride clearance,
probably by energetic means (explosives, pulse power, burial), (2)
Marking of lanes or obstacles by unique methods; that is, other than
Global Positioning System (GPS) and channel markers, (3) Clearance
capability organic to Amphibious Landing Craft (LCAC), Advance Assault
Amphibious Vehicles (AAAV), Assault Amphibious Vehicles (AAV), (4)
Concept that can accomplish a combination of items (1) through (3)
above. Proposed work should be structured to have a base period of
performance of 12 months, but may include multiple year phased options
that extend beyond the initial period. Studies, if proposed, should
include an evaluation of current or emerging technologies that would
provide significant advancement in surf zone mine and obstacle
clearance capability and development approaches suitable for
demonstration. Multiple (approximately 3) cost plus fixed fee type
contracts, which are not to exceed $100,000.00 each for the first year,
are expected to be awarded as a result of this BAA. Initial Contractor
selections can be expected during the fourth quarter of fiscal year
(FY) 1996, or FY 1997. Offerors interested in multiple subject areas
must submit a separate proposal for each area. Offerors with multiple
approaches to a single area may submit proposals for each approach to
that area. However, a proposal that covers more than one area or more
than a single approach to an area will be considered only in subject
area 4. No award can be made without a proposal to perform a specific
effort within an estimated time and cost framework. Full proposals
shall consist of an original and two copies of two volumes: Volume I
for the technical proposal and managmement approach and Volume II for
cost. Proposals shall be submitted in the following format: 8.5 x 11
inch, single or double spaced, in at least ten point type, margins not
less than one inch, single-sided printing, and pages numbered. Each
proposal shall address only one subject area and one approach to that
area. Offerors must be able to certify that they have a SECRET facility
clearance. Volume I is limited to 15 single-sided pages (a Volume I in
excess of 15 pages will be deemed non-responsive). Total allowed page
count includes figures. Each foldout, if used, shall be counted as one
page. Volume I shall include the following sections, each starting on
a new page: (1) A single cover page, including title, BAA number,
technical and administrative points of contact with telephone and
facsimile numbers and Internet addresses; (2) A single page
summarizing: a) the innovative claims for the proposed research
including, if applicable, an assessment of potential dual use or
commercial applications; b) any proprietary claims to results,
prototypes, or systems supporting or necessary for the use of research,
results, or a prototype. If there are not proprietary claims, this
section shall consist of a statement to that effect; (3) A Statement of
Work, approximately three pages in length, clearly detailing the scope
and objectives of the effort. Optional work shall be clearly
distinguishable from the baseline effort. If any portion of the
research is predicated upon the use of Government owned resources of
any type, the offeror shall clearly identify the resources required,
the date the resource is required, the duration of the requirement, the
source from which the resource may be acquired (if known), and the
impact on the research if the resource is not provided; (4) A one page
summary description of the results and products expected from the
effort; (5) A one page summary of the schedule and milestones,
including brief discussions of project/function/subcontractor
relationships, technology transition plans, and Government research
interfaces. (6) A discussion, approximately two pages in length,
describing previous accomplishments and work in this or closely related
areas, and the qualifications of the principle investigator(s). Cost
Proposal (no page limitation) - Volume I of the proposal shall include
a one-page cost and fee summary for the effort (inclusive of any
proposed options). Costs shall be supported with breakdowns by task,
labor hours by labor catagory, materials and purchase history, travel,
computer and other direct and indirect costs. An explanation of any
estimating factors, including their deriviation and application, shall
be provided. Details of any cost sharing to be undertaken by the
offeror should be included in the cost proposal. Evaluation of
proposals will be based on the following criteria, in order of
importance: (1) the potential significance to surf zone mine and
obstacle clearance. (2) the innovative aspects of the proposed effort,
including the potential for dual use and commercial applications. (3)
the qualifications, capabilities, and experience of the proposed
principal investigator(s) who are key to project success. (4)
defensibility of estimated costs. All responsive sources may submit a
proposal which will be considered by NSWCDD COASTSYSTA. Historically
Black Colleges and Universities (HBCU) and Minority Institutions (MI)
are encouraged to submit proposals or join others in submitting
proposals, however no portion of this BAA will be set aside for HBCU
and MI participation due to the impracticality of reserving discrete or
severable areas of surf zone mine and obstacle clearance for exclusive
competition among these entities. This announcement constitutes a
Broad Agency Announcment (BAA) as contemplated in FAR 6.102(d)(2)(I).
The Government reserves the right to select for award all, some, or
none of the proposals received in response to this announcement.
Questions regarding this announcement should be directed to the
Contract Specialist identified herein. Interested parties are invited
to respond to this synopsis. All resonsible parties responses will be
considered. All unclassified proposals should be sent to Coastal
Systems Station, Dahlgren Division, NSWC, 6703 W. Highway 98, Panama
City, FL 32407-7001, ATTN: Code SC12, M. Kitchen. (0123) Loren Data Corp. http://www.ld.com (SYN# 0006 19960503\A-0006.SOL)
A - Research and Development Index Page
|
|