|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1999 PSA#2492Supply Department Indian Head Division, Naval Surface Warfare Center,
101 Strauss Ave, Indian Head, MD 20640-5035 A -- UNTETHERED, UNMANNED UNDERWATER MINE COUNTERMEASURES VEHICLE AND
COMMERCIALLY AVAILABLE SUPPORTING SUBSYSTEMS/SENSORS SOL BAA 00-002
POC Donna Jenkins, Contract Specialist, Code 1142D, 301-744-6648, fax
301-744-6547 IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central
Contractor Registration" applies to all solicitations issued on or
after 6-1-98. All offerors will be ineligible for award unless they
have registered in DOD's Central Contractor Registration database.
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil. BAA 00-002 -- The Program
Management Office Explosive Ordnance Disposal (PMS-EOD) is interested
in receiving information on untethered underwater Mine Countermeasures
(MCM) systems and component technologies for use in the Very Shallow
Water (VSW) zone (10 -- 40 feet sea water (FSW)). This solicitation
will serve as a first step for evaluating alternatives and supporting
research efforts planned for the 2000-2005 fiscal years leading to the
acquisition of a development system. This announcement constitutes a
PMS-EOD Broad Agency Announcement (BAA) as contemplated in FAR
6.102(d)(2). No request for proposal (RFP), solicitation, or other
announcement of this opportunity will be made. PMS-EOD is interested in
systems and technologies that will support search-classify-map (S-C-M)
MCM missions in the VSW zone. Ultimately, the S-C-M mission will
entail systematically reconnoitering through predetermined geographic
areas (notional 500 yd X 1000 yd) in the VSW zone and precisely mapping
the bottom contour while providing for the classification of objects
that exhibit mine-like characteristics. The system must be lightweight,
two-person portable with a small shipboard footprint and able to be
hand deployed/recovered from a small inflatable craft. Eventually, the
vehicle will need to possess mobile ingress/egress capabilities to
enable it to move from a launch point of up to 2 NM from the S-C-M area
and return to a point at least 2 NM from the operational area. Data
recorded by the vehicle must eventually be transferable to compatible
Navy tactical displays and information systems to facilitate the
re-acquisition of targets during subsequent missions. This BAA
addresses two major areas: A. Mature small, untethered, underwater
systems that can be fielded in the near term to support user
operational evaluations for the development of the VSW MCM UUV concept
and requirements. B. Systems and subsystems possessing potential for
integration into future untethered, underwater vehicle development
efforts to support the S-C-M mission. A half-day information session is
planned for early to mid January in the Washington, D.C. area. Register
via email to Donna Jenkins, Code 1142D at JenkinsDM@ih.navy.mil no
later than three weeks after the date of publication of this BAA, so
that adequate meeting facilities can be provided. All expenses for
attendance must be borne by the potential offeror. Additional
information regarding the meeting format, local hotels, security
procedures and other relevant information will be provided via return
email to all who register. Interested parties must provide paper
submittals, to be received by the Government by COB on 21 January 2000.
The Government will evaluate submittals by mid February 2000 for their
potential to solve the S-C-M mission problem. Offerors' submittals
which are determined by the evaluation team as possessing the potential
for contributing to the S-C-M mission solution may be provided an
opportunity to demonstrate their system/subsystem. Offerors may submit
information referencing either of the two areas referred above or
both, but the submission must reference which area is addressed or the
submission will not be considered. The submissions will be evaluated
as follows: A. For mature small, untethered, underwater systems the
evaluation criteria are based on system technical maturity, potential
effectiveness, performance, suitability, cost/schedule and support
requirements for a period of two years, and past performance. B. For
systems and subsystems submitted for integration into potential future
untethered underwater vehicles, the evaluation criteria are based on
system technical maturity, potential effectiveness, performance,
suitability, and cost/schedule. The Navy is contemplating convening a
limited-scope demonstration event in March 2000 and anticipates
inviting selected offerors to demonstrate their vehicle and/or
subsystem capabilities. For the purposes of the demonstration, the
focus will be on verifying system/subsystem ability to satisfy the
evaluation criteria while operating in a characteristic VSW area
against characteristic threat mines and obstacles. The government does
not anticipate providing funds to offerors to participate in the
demonstrations. For offerors with systems possessing an ingress/egress
capability, only a limited range ingress/egress is necessary for the
demonstration. There is no specific format or outline that submittals
must follow. However, information pertinent to the evaluation criteria,
especially system/subsystem technical maturity, must be provided.
Include other descriptive literature and any other specific and
pertinent information that would enhance consideration and evaluation
of the information submitted. Offerors responding should indicate
whether they are a small business (S), a small disadvantaged business
(SDB), 8(a), or large business (L). Please include four (4) copies of
each response. Each response must reference the BAA title, which area
is being addressed, and must be limited in length to ten (10) typed
pages. Specific narrative information that should be provided in the
submission include: (1) System description, capabilities (2) Chronology
of system development (3) Summary of past test events with location,
dates and results (4) If available, logistic supportability and
projected unit cost estimate information. (5) In anticipation of
offeror selection for the limited scope demonstration, provide an
explanation of what would be demonstrated and any additional support
required of the government necessary for the offerors participation in
the demonstration. (6) For submissions under category A (mature,
complete systems), include a technical and cost proposal for purchase
of vehicles and two years of support. This proposal may be in addition
to the informational submission that is limited to ten pages.
Supporting literature and test documentation that demonstrates
technical maturity of your proposed solution may be included in
addition to the 10-page narrative paper. Offerors offered an
opportunity to demonstrate their system will be provided additional
details including demonstration schedule and extent of support the
Government will provide. Telephone responses will not be honored. The
government reserves the right to select which offerors will be given an
opportunity to participate in the demonstration. Information shall be
submitted to the attention of: (in hard copy only) Donna Jenkins,
contract specialist, Indian Head Division, Naval Surface Warfare
Center, 101 Strauss Avenue, Building 1558, Indian Head, MD 20640-5035.
So that your response can be included in our source lists for all
appropriate FiscalYear (FY) 2000 competitions, your response must be
received no later than close of business 21 January 2000. Responses
will be accepted after that date, but cannot be assured of inclusion in
FY 2000 source lists. The point of contact for all questions is Donna
Jenkins, Contract Specialist at telephone number 301-744-6648. Posted
12/07/99 (W-SN406383). (0341) Loren Data Corp. http://www.ld.com (SYN# 0001 19991209\A-0001.SOL)
A - Research and Development Index Page
|
|