|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1997 PSA#1883Commander, Naval Sea Systems Command, SEA 02631C, 2531 Jefferson n
Davis Hwy, Arlington, VA 22242-5160 A -- RESEARCH AND DEVELOPMENT FOR USE IN THE CONFORMAL ACOUSTIC
VELOCITY SONAR (CAVES) PROJECT SOL N00024-97-R-6394 POC Contact Point,
Mr. Anthony Commale, (703) 602-0951, Contracting Officer, Mr. Steve
Caracciolo, (703) 602-0951 The Program Executive Office for Undersea
Warfare (PEO(USW)), Advanced Systems and Technology Office (ASTO),
Arlington, VA is soliciting new and innovative designs and concepts for
use in the Conformal Acoustic Velocity Sonar (CAVES) Project. ASTO,
Naval Undersea Warfare Center Division Newport (NUWC/NPT), and
Carderock Division, Naval Surface Warfare Center (CDNSWC) will offer an
industry briefing on requirements and current developments. The
Government is currently developing CAVES, a velocity sensor based hull
array sonar technology as an alternative to pressure sensor arrays
that require heavy and expensive signal conditioning and support
structures. The expected result is a lighter, more affordable (on a per
sensor channel basis), easier to install, and scaleable hull mounted
sonar technology. The project includes development and demonstration
of: velocity sensors (accelerometers) and fiber optic telemetry,
pressure release decouplers, structural acoustic measurement and
analysis, array design, spatial filter (beamformer) design and
optimization, manufacturing, installation, and fabrication processes.
The scope of this BAA and the funding in FY98 (if available) is:
-Sensors and Fiber Optic Telemetry $1.25M -Structural Acoustic Modeling
& Analysis $1.8M -Signal Processing Development $2.0M -Prototype Array
Manufacturing, Installation, and Fabrication $1.5M Proposed efforts
may address specific areas or components where offerors wish to
participate or may address the entire scope. Where multiple areas are
proposed, proposals should be structured so that each area identified
above is separately delineated. Proposed effort must have the potential
for demonstrating the required performance and/or affordability
improvement against the defined threats in the specified environments.
This BAA will be open for 1 year from the date of the announcement.
Proposals may be submitted at any time within that period. However,
Navy evaluation will not commence prior to be September 1997.
Contracts, grants, cooperative agreements and "other transactions", as
appropriate, will be awarded limited by funding availability.
Therefore, early submission of proposals is desirable and encouraged.
The Navy desires initial awards no later than March 1998. Contractors
may submit study proposals. Studies, if proposed, should identify
innovative solutions, technologies, cost drivers, and development
approaches suitable for demonstration within 24 months from award. No
award can be made without a proposal to perform a specific effort
within an estimated cost and time framework. Industry, Small
Businesses, Small Disadvantaged Businesses, educational institutions,
Historically Black Colleges and University and Minority Institutions
are encouraged to participate. Proposals should be submitted to the
Cognizant Contracting Activity whose address is: Commander, Naval Sea
Systems Command, ATTN: Code 02631C, Anthony Commale 2531 Jefferson
Davis Highway Arlington, VA 22242-5160 Contracting Point-of-Contact is
Anthony Commale, telephone (703)602-0951, facsimile (703)602-7023 and
e-mail commale_anthony@hq.navsea.navy.mil. This synopsis constitutes
a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be
no formal request for proposals (RFP) or other solicitation in regard
to this announcement. Offerors may submit their technical proposals (5
paper copies and 1 electronic copy using at least Microsoft Office
Suite 4.3) and cost proposals (1 copy) at any time after the industry
brief and within the 1 year period of this announcement. A briefing to
interested offerors will take place at Carderock Division, Naval
Surface Warfare Center Taylor Auditorium, on July 22, 1997 from 0830 to
1530. Following an overview of the CAVES project, more specific
information on the areas of interest listed above, along with related
risk areas, will be provided. The names of those wishing to attend the
industry briefing should be provided to Saed Awwad no later than July
17, 1997. He may be reached by telephone at (301)227-4845, by
facsimile at (301)227-2726 and by e-mail at awwad@oasys.dt.navy.mil.
Also, provide a copy of that information to Program Executive Officer,
Undersea Warfare, Advanced Systems and Technology Office (Attn: Mike
Traweek, ASTO-D3), 2531 Jefferson Davis Highway, Arlington, VA
22242-5169. He may also be reached by telephone at (703)604-6013
(x527), by facsimile at (703)604-6056, and by e-mail at
traweek_charles_ m@hq.navsea.navy.mil. The briefing will be classified
CONFIDENTIAL. A visit request and security clearance should be
coordinated with CDNSWC security, telephone (301)227-1500, facsimile
(301)227-4621. State the purpose of the visit as: Attendance at
Industry Brief regarding Broad Agency Announcement N00024-97-R-6394 for
Conformal Acoustic Velocity Sonar (CAVES) Project. New visit requests
must be submitted for this visit only. Attendance is limited to no more
than two representatives from each company or institution. Questions
arising from this announcement may be submitted at the briefing or
directly to theContracting Point-of-Contact. Preliminary answers to
written questions will be provided after the briefing if time and the
scope of the question permits. Written final answers will be provided
as soon as possible after the briefing to all attendees. Copies of the
briefing package will be provided to all interested parties, as will
a bibliography of relevant available documents. Library services and
facilities for these documents will be available, information regarding
use of these services will be provided during the industry brief. Users
will be responsible for ensuring that clearance/visit requests are on
file with security at ASTO and the library facility. Offerors may
submit separate proposals on any or all areas of interest. The
Government reserves the right to select all, some, or none of the
proposals received in response to this announcement. Offerors must be
able to certify that they have an appropriate facility clearance to
meet the security requirements of work proposed, and key personnel must
becertified as holding an appropriate clearance. Proposals shall
consist of two separately bound volumes; Volume I shall provide the
technical proposal and management approach and Volume II shall address
cost. Although length is not specified, succinct proposals are
desired. Volume I shall include the following sections, each starting
on a new page: A. A cover page, including proposal title, technical and
administrative points-of-contact along with the telephone and facsimile
numbers, followed by a letter signed by the authorized officer
specifying the proposal validity period (at least 120 days). B. A
one-page overview of the proposed technologies and/or concepts as well
as any innovative claims for the proposed research and how they will
contribute to CAVES and support the objectives of a technology
evaluation and demonstration; C. A one-page summary of the deliverables
including data associated with the proposed research. D. A one-page
summary of the schedule and milestones for the proposed research which
can be traced to the Work Breakdown Structure (WBS). E. A one-page
WBS. F. A succinct Statement of Work clearly detailing the scope and
objectives of the work and, if any, specific contractor requirements.
If any portion of the research is predicated upon the use of
Government-owned resources of any type, the contractor 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. G. Technical arguments that substantiate claims made
in the overview (proposal section B) and a technical approach
description consistent with the deliverables and schedule (proposal
sections C and D). Technical arguments should also address the major
risk areas presented at the CAVES Industry Brief. H. A description of
the results, products, and transferable technology expected from the
contract. I. A brief discussion of past performance detailing
previousaccomplishments and work in this or closely related research
areas, previous cost and schedule performance, and the qualifications
of the previous investigators. J. A brief discussion of the overall
approach to the management of this effort, including brief discussions
of total organization, use of personnel and their qualifications,
project/function/subcontractor relationships, technology transition
plans, government research interfaces, and planning, scheduling, and
control practices. Volume II shall include the one-page work breakdown
structure, a cost summary, and a breakdown of cost for the effort.
Evaluation of proposals will be based on the following criteria: (1)
the overall scientific and technical merit of the proposed approach to
the CAVES effort including the innovative aspects of the proposed
effort, (2) the offeror's capabilities, related experience, experience
of the key personnel who are critical to program success, facilities
and/or techniques that are integral factors for achieving the proposed
objectives, (3) the realism of estimated costs and schedules and the
potential affordability impact on the Navy, including total ownership
costs if applicable, and (4) past performance. These criteria are in
descending order of importance for evaluation purposes with technical
merit significantly more important than either of the other evaluation
criteria. (0188) Loren Data Corp. http://www.ld.com (SYN# 0001 19970709\A-0001.SOL)
A - Research and Development Index Page
|
|