|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429Office of Naval Research, 800 North Quincy St., Arlington, VA
22217-5660 A -- REQUEST FOR INDUSTRY PARTICIPATION IN THE NAVAL AIR SURFACE
WEAPONS TECHNOLOGY PROGRAM SOL 99-026 DUE 091000 POC Vera M. Duberry,
ONR 253,(703) 696-2610, duberrv@onr.navy.mil The Office of Naval
Research (ONR) is looking for industry participation in the Naval Air
and Surface Weapons Technology (NASWT) Program. The vision is to
maintain the NASWT edge through the 21st century. To do this, a
time-phased, goal-oriented program has been established. This program
strives to create weapons that are: affordable, precise, mission
adaptive, mission responsive, insensitive, and safe, while having
higher performance and effectiveness than current weapons. These
time-phased technology goals are identified for the following time
frames: Phase 1 -- year 2005, Phase 2 -- year 2010, and Phase 3 -- year
2015. The mission area goals are available on the World Wide Web at:
[http://www.onr.navy.mil/02/baa/aswtind4.ppt], or from the NASWT POC,
Dr. Clifford D. Bedford, at (703) 696-0437, or email
bedforc@onr.navy.mil. The Naval Air and Surface Weapons Technology
(NASWT) Program supports four Naval mission areas: Air Superiority,
Precision Strike, Naval Fire Support, and Ship-based Defense. Air
Superiority emphasizes innovative technologies to achieve Phase 1 goals
and demonstration of network centric warfare capabilities as well as a
significant reduction in weapon size. Precision Strike, emphasizes
innovative technologies to achieve Phase 1 and Phase 2 goals,
demonstrating time-critical strike capabilities and significant
reduction in size (for air launched strike weapons). Naval Fire Support
emphasizes innovative technologies to achieve Phase 1 and Phase 2
goals, demonstrating time critical strike from Naval ships, and
affordable, responsive volume of fire capabilities supporting
"Operational Maneuver From The Sea" (OMFTS) Missions. Ship Based
Defense emphasizes innovative technologies to allow for affordable,
variable lethality weapon systems. The technologies developed and
demonstrated in achieving these goals will allow for significant
warfighting payoffs in the four mission areas. Proposed technology
demonstrators which do not require unique processes and materials for
productionor low rate manufacturing are of extreme interest. Teaming
among various offerors to achieve total mission area success is
strongly encouraged. Cost sharing is not required; however,
demonstrated commitment to the program through identifying cost sharing
opportunity is strongly encouraged. A three step process is being used
for this procurement consisting of: (1) a twenty-five (25) page
Detailed Mission Area Plan, (2) a one page Technical Task Abstract(s),
and (3) a twenty-five page Technical and Cost Proposal(s). Six paper
copies and one electronic media submission (CD ROM or Iomega 100Mb Zip
disk with Microsoft Word file in PC compatible format) is required for
each submission. DETAILED MISSION AREA PLANS: Interested parties may
submit a detailed Mission Area Plan for one (or more) of the four
mission areas identified above. These plans, consisting of no more than
twenty-five pages shall: (1) Identify which mission area goals will be
achieved by the plan; (2) Estimate the warfighter payoff(s) from
achieving these goals; (3) State the technical objective(s) within the
taxonomy areas of weapon system fire control, weapon guidance and
control, projectile aeromechanics, ordnance, propulsion, and Naval gun
systems and launchers; (4) Identify the technical challenge(s) that
will be overcome by the proposed task(s), or leveraged effort(s), which
lead to meeting the objectives; (5) Identify the approach(s) to be
taken to overcome the technical challenges; (6) Provide a short
technical explanation of each proposed task (eg. one paragraph per
proposed task) within each mission area plan necessary to achieve the
stated goals with commensurate discussion of "transition friendliness"
and overall technology affordability; and why it can be done, and (7)
Identify any teaming arrangements with industry, subcontractors, or
government agencies. Any proposed rocket propulsion efforts must be
consistent with the goals of the DoD/NASA/Industry, Integrated High
Payoff Rocket Propulsion Technology (IHPRPT) Program. Furthermore, any
propulsion turbine engine work shall be consistent with the goals of
the Integrated High Performance Turbine Engine Technology (IHPTET)
Program. Tasks that are duplicative or which apply more appropriately
to either the IHPRPT or the IHPTET Programs will be considered.
However, tasks that resemblance IHPRPT or IHPTET Program tasks must
include a discussion describing the relevant technical differences. Any
proposed technology demonstration tasks that are required to
demonstrate the achievement of the goals shall be specifically
identified. The detailed Mission Area Plan shall also include task
transition roadmaps (in Gantt chart form) identifying the following:
(1) Proposed tasks and demonstration milestones, (2) Total ASWT funding
requested and ASWT funding requested by task and by fiscal quarter
(both Calendar Year CY and government fiscal year -- GFY) to fully
demonstrate achievement of the mission area goal(s); (3) Work already
funded by DoD or other government agencies which can be leveraged to
meet the mission area goals (including existing Small Business
Innovation Research (SBIR) contracts, Cooperative Research and
Development Agreements (CRADAs), any current or planned industry
In-house Research and Development (IR&D) activities, and
government-sponsored basic research); and (4) Specified or anticipated
government, military weapon, or commercial transition opportunities
for the developed and demonstrated weapon system technologies. These
detailed plans also may be used as the basis for identifying potential
contracting and CRADA opportunities. Previously submitted Mission Area
Plans may be re-submitted by notification of formal letter to the BAA
Point of Contact (POC), or through submission of revised plan(s),
updated appendixes, or plan addendum. If an updated plan is submitted,
new or additional tasks proposed which are not listed in the existing
submitted plans shall be clearly identified in writing. WARNING:
Single task proposals and Mission Area Plan submissions that do not
accurately address an entire stated mission area, or that are not part
of an existing Mission Area Plan, shall be rejected as non-responsive
to this announcement. The due date for the detailed Mission Area
Plan(s) is 16 January 2000. TECHNICAL ABSTRACTS & PROPOSALS: The
Government shall review all submitted detailed Mission Area Plans for
the relative merits of each proposed task. Those offerors whose plans
are selected will be requested to submit a one-page technical abstract
for each task the Government has chosen in their detailed plan. These
one page abstracts shall be due within thirty days of request. Based
on the Government's evaluation of these abstracts, the offeror may be
requested to submit a twenty-five page technical and fully detailed
cost proposal. Abstracts and proposals not selected for funding will be
acknowledged. The technical abstracts, detailed plans, and submitted
proposals will be evaluated based on the following criteria, which are
listed in descending order of importance: (1) Responsiveness to
fulfilling stated mission area goals; (2) Potential payoff of the
effort/demonstrator to the warfighter; (3) Overall technical and
socio-economic merit; (4) The risk in overcoming the technical
challenge and the potential to succeed. (5) The qualifications of the
proposed offeror, the principal investigator, and key personnel; (6)
Program milestones, annual (GFY) exit/success criteria, and
deliverables; (7) System integration plan and technology affordability
estimate (e.g. all-up-round cost decrease or increase); and (8)
Funding requirement(s) per task, per quarter. For questions relating to
the Air Superiority and Precision Strike mission area goals, please
contact Mr. Tom Loftus at (760) 939-3544, or Mr. Frank Markarian at
(760) 939-3241. For any questions relating to the Ship Based Defense
and Naval Fire Support mission area goals, please contact Mr. Robin
Staton at (540) 653-8901, Mr. John Fraysse at (540) 653-3159, or Mr.
John Bibel at (540) 653-4161. For any questions relating to overall
procedures, please contact the NASWT BAA POC, Dr. Clifford D. Bedford
at (703) 696-0437. For any questions relating to the preparation of
cost proposals please contact Ms. Vera Duberry at (703) 696-2610.
Strict confidentiality of proprietary information will be maintained
provided the information is properly labeled. Proprietary claims must
be clearly identified, labeled, and denoted from publicly available
data. All submissions will be protected from unauthorized disclosure in
accordance with FAR 3.104-5, applicable law and agency regulations. The
government may use selected support contractors as special resources to
review submitted proposals. FUNDING: This announcement provides no
funding for white papers, detailed Mission Area Plans, technical
abstracts, or technical/cost proposals. Funds have not been
appropriated for this effort, which is anticipated to be funded with
FY00 and later year appropriations. It is anticipated that contracts
will be the instruments used for any awards made under this
announcement. This notice constitutes a Broad Agency Announcement (BAA)
as contemplated by FAR 6.102(d) (2). Unless otherwise stated herein, no
additional written information is available, nor will a formal RFP or
other solicitation regarding this announcement be issued. Requests for
the same will be disregarded. The Government reserves the right to
select all, some, or none of the proposals received in response to this
announcement. This BAA shall remain open for one year from the date of
publication; however, proposals received outside the designated time
frames set forth herein shall be considered only to the extent that
funding remains available beyond the initial selection. The Standard
Industrial Classification (SIC) code is 8731 for a small business of
fewer than 500 employees. Full cost proposals that exceed $500,000.00
submitted by other than small businesses, must be accompanied by a
Small Disadvantaged and Woman Owned Small Business Subcontracting Plan
in accordance with FAR 52.219-9. No portion of this BAA has been set
aside for HBCU and MI participants, though their participation is
encouraged. For awards made as contracts, evaluation of the
socio-economic merits of the proposal shall include the extent of
commitment in providing meaningful subcontracting opportunities for
small business, small disadvantaged business, woman-owned small
business concerns, historically black colleges, universities and
minority institutions. Posted 09/08/99 (W-SN377252). (0251) Loren Data Corp. http://www.ld.com (SYN# 0009 19990910\A-0009.SOL)
A - Research and Development Index Page
|
|