Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1999 PSA#2492

Supply 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