COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22, 2000 PSA #2753
SOLICITATIONS
A -- BROAD AGENCY ANNOUNCEMENT (BAA) -- ROBUST PASSIVE SONAR
- Notice Date
- December 20, 2000
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160
- ZIP Code
- 22242-5160
- Solicitation Number
- N00024-01-R-6306
- Response Due
- February 9, 2001
- Point of Contact
- 02632J, Ms. Janel Duval, Contract Specialist, 703-602-0951 ext. 629, email: Duvaljm@navsea.navy.mil
- Description
- This is a modification to Broad Agency Announcement (BAA) N00024-01-R-6306 for Robust Passive Sonar (RPS). This modification provides the information that was cut off in the prior RPS BAA posted in CBDNet on 19 December 2000 and Commerce Business Daily (CBD) printed issue on 21 December 2000. H. Definition of management and key personnel. The offering team should define both the organizations and the individuals within those organizations that make up the team, including the expected duties, roles, responsibilities and commitments of the various members and the expected relationships among members. A description of the technical, administrative and business structure of the team and the internal communications plan should be included. Project/function/subcontractor relationships, technology transition plans, government research interfaces, and planning, scheduling, and control practices should be described. The team leadership structure should be defined and resumes of key individuals (one page or less per individual) included. This section should augment the information contained in Section D, RPS Project Management. I. A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas and previous cost and schedule performance. This should include projects that were accomplished in the last three years. The team will provide the names, phone numbers, and addresses of references for the identified projects. J. A survey of other ongoing research comparing advantages and disadvantages over the proposed effort. K. Definition/description of the planned/desired transition objectives, including a description of the results, products, and transferable technology expected from the contract. This section shall also include the expected technology transfer path (i.e., prime contractor agreements in place, soliciting prime contractors). L. Intellectual property and program deliverables. The Offeror should describe its proposed approach to intellectual property rights, together with supporting rationale of why this approach offers the best value to the Government. This section should include a one-page summary of the deliverables, including data associated with the proposed effort. In addition, this section should list technical data, computer software, or computer software documentation to be provided at the end of Phase 1 and 2 with other than unlimited rights in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE RESTRICTIONS (June 1995). M. The Offeror shall describe the facilities that would be used for the proposed effort, including those that could support special security requirements. Volume II shall include the one-page work breakdown structure, a cost summary, and a breakdown of costs into Phase 1 and Phase 2 efforts. Evaluation of proposals will be based on the following: (1) Overall scientific and technical merit of the proposed approach and its relevance to the RPS program objectives. The overall method of accomplishing the proposed effort must be innovative, clearly identifiable, logical, and demonstrably feasible. The technical concept should be clearly defined, fully developed and well supported by the rest of the proposal, particularly the Task Description. Simple and innovative solutions are encouraged. Emphasis will be placed on the technical value of the progressive analysis, development, and implementation path leading toward demonstration of the RPS system. The Offeror's system concept and architecture trade space should be clearly described along with candidate approaches to achieve the required technical accomplishments. The Offeror's evaluation method should be clearly described and must be sufficiently robust to make a compelling case for the design and performance of the Offeror's end-to-end processing system during Phase 1. The Offeror's metrics of performance and design operating point for those metrics for Phase 1 and Phase 2 should be included in the proposal. Offerors must clearly address how the proposed effort will meet the objectives of the RPS Program and the extent to which it may successfully exceed current state of the art capabilities. (2) Adequacy of the proposed technical tasks to reach a quality real-time demonstration within the time frame of the RPS Program. (3) Key personnel, previous accomplishments (past performance), other ongoing research, and facilities. Focus will be on the capabilities and demonstrated achievements of the key personnel and the prime and subcontractor organizations. Of particular importance is demonstrated expertise in adaptive and environmental signal processing, sonar architecture design and real-time system implementation. (4) Management Plan. Management plans must demonstrate: superior Government visibility into and interaction with key technical activities and personnel; and, single point of responsibility for contract performance. (5) Intellectual property (data rights) approaches that provide best value to the Government. (6) Reasonableness of proposed costs and the potential affordability impact on the Navy, including total ownership costs (if applicable) and the proposed costs for the Phase 2 effort. (7) And, the Offeror's plans and capability to transition the technology to operational Navy sonar systems. These criteria are in descending order of importance for evaluation purposes with "Overall scientific and technical merit" significantly more important than any of the other evaluation criteria. At the conclusion of the evaluation, Offeror(s) will be notified, as applicable, that: 1) its proposal has been accepted for negotiation, 2) its proposal has been accepted pending the availability of funds, or 3) its proposal has not been accepted. Proposals not accepted will be destroyed; however, DARPA and NAVSEA each will retain and file one copy of non-accepted proposals. Those proposals accepted pending the availability of funds may be considered for funding for up to twelve months after the closing date of this BAA. Not all proposals evaluated as acceptable will be funded. Decisions to fund acceptable proposals will be based on funds available and the evaluation criteria set forth in this document. Offerors are advised that non-government employees (from The Johns Hopkins University Applied Physics Laboratory (JHU/APL), MIT Lincoln Laboratory, SLE Associates, Solers Inc., and Schafer Corporation) may be called upon as technical advisors in the source selection process or to assist in administering the evaluation of the proposals. These individuals will be required to sign non-disclosure statements and will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition and from proposal scoring, ranking or recommending the selection of a source. By submission of a proposal, the team agrees that proposal information may be disclosed to those selected individuals for the limited purpose stated above. Any information not intended for limited release to these individuals must be clearly marked and segregated from other proposal material. The DD Form 254, Contract Security Classification Specification, will be posted to the NAVSEA 02 Internet at http://www.contracts.hq.navsea.navy.mil by 29 December 2000. Once in the website, click on Solicitations, then click on 00-01 Solicitations. Under select year, highlight FY01-2001, under select series, highlight 6000, and under select document type, highlight solicitation. The DD Form 254 will be posted under N00024-01-R-6306. To obtain a copy of the Security Classification Guide (SCG) please contact Ms. Janel Duval and provide the following information: company name and office address (not a P.O. Box) and Commercial and Government Entity (CAGE) Code. This BAA can also be accessed on the NAVSEA 02 Internet at the address listed above. Once in the website, click on Announcements, then click on Broad Agency. The BAA will be posted under the file name 6306.doc.
- Record
- Loren Data Corp. 20001222/ASOL010.HTM (W-355 SN5093D2)
| A - Research and Development Index
|
Issue Index |
Created on December 20, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|