COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22, 2001 PSA #2771
SOLICITATIONS
A -- TECHNOLOGY FOR DECISION SUPPORT SYSTEMS FUTURE NAVAL CAPABILITY
- Notice Date
- January 18, 2001
- Contracting Office
- Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660
- ZIP Code
- 22217-5660
- Solicitation Number
- 01-007
- Response Due
- March 9, 2001
- Point of Contact
- Mr. Jeff Grossman, Code 311, Office of Naval Research, Ballston Center Tower One, 800 North Quincy Street, Arlington, VA 22217-5660: Tel: (619) 553-3625, Net: hufac@spawar.navy.mil
- Description
- The Office of Naval Research (ONR) seeks White Papers that propose the development and demonstration of technologies that can support Navy and Marine Corps decisionmaking. Areas of interest include, but are not limited to: (1) technology to provide all-source, multi-media knowledge exploitation and management for future generations of a Common Picture (including technologies to fuse, integrate and synthesize operational and tactical battlespace information); (2) technology to provide intuitive visualization, representation and interaction with operational and tactical naval systems and decision support applications; (3) technology to support the development of knowledge within a naval organization, including the creation and maintenance of knowledge processes and the dissemination of knowledge across all echelons of command; (4) technology to easily initiate and utilize collaborative work sessions for geographically distributed teams, working synchronously or asynchronously, supported by full and degraded levels of connectivity; (5) technology for the development of applications that support distributed, collaborative planning, especially for effects-based planning, fast-time course of action development and simulation, resource management and plan monitoring; and, (6) technology to support rapid combat identification, threat assessment, deconfliction and response, including rapid re-targeting. Selected Projects will be funded under the Decision Support Systems Future Naval Capability (DSS FNC) program, starting in October 2001. The DSS FNC program will focus on technologies that can support the requirements of Naval Systems Acquisition Programs by investing in maturing technologies that have high likelihood of meeting these requirements, and by ensuring that the capabilities are ready for insertion into acquisition programs through rigorous demonstration and assessment. The DSS FNC's goals are to enable Naval warfighters to achieve rapid, accurate, and consistent situational understanding when using command and combat systems and to plan and execute operations that are coordinated across all involved organizations and echelon levels. The technology products from the DSS FNC will provide Naval warfighters significantly improved ability to share knowledge through a dynamic, tailorable common picture, distributed planning and battle management, and improved speed of command across all echelons and security enclaves. Proposers must review the detailed information on the DSS FNC that can be found in the Proposal Information Package (PIP), which is available on the DSS FNC web page at http://www-code44.spawar.navy.mil/dssfnc/, before submitting a proposal. The DSS FNC Program will be funded with a combination of Exploratory Development and Advanced Development funds (Budget Categories 6.2 and 6.3). Between $25,000,000 and $45,000,000 will be available each year, beginning in Fiscal Year 2002 for this effort. Awards will typically be in the range from $500,000 to $2,000,000, although lower and higher cost proposals will be evaluated. Awards will primarily be in the form of contracts due to the anticipated deliverables. However, the Government reserves the right to award grants, cooperative agreements, or other transaction agreements to appropriate parties, should the situation warrant use of a non-contractual instrument. Proposed work should be structured to have a base period of performance of 24 months or less, but may include multiple-year, phased options that extend beyond the initial period. Bidders Briefing -- The DSS FNC will conduct a briefing for potential bidders on 9 February 2001. The meeting will be held at the Crystal Forum, Crystal City Marriott, 1999 Jefferson Davis Hwy, Arlington, VA, immediately adjacent to Reagan Washington National Airport. The purpose of the meeting is to provide potential bidders with a better understanding of the DSS FNC. The briefing will be held 0830-1130, with registration beginning at 0730. Please provide notification of planned attendance at the DSS FNC Bidders Briefing via email message to Mrs. Mary Lederer lederem@onr.navy.mil by 05 February 2001. The message must include the following information: name of attendee(s), title, organization, department or company division, phone, fax, and electronic mail address. If requested attendance exceeds capacity, it may be necessary to limit attendance, and organizations will be so notified. Because unforeseen circumstances may cause changes to the Bidders Briefing schedule or venue, potential bidders are advised to check the DSS FNC web page (http://www-code44.spawar.navy.mil/dssfnc/) during the week of 4 February 2001 for possible updates. Those not able to attend this briefing should also consult this web page to see answers to written questions submitted during the conference. White Papers -- White Papers are due by 1600 EST, 9 March 2001. Initial Navy evaluations of the proposed decision-making technology found in the submitted White Papers will be issued on or about 31 March 2001. Offerors, especially those proposing products or technologies identified as being of "particular value" to the Navy, will be asked to make an oral presentation of their White Papers at a "DSS FNC Gathering" in mid-April 2001 in the Washington, D.C. area. Detailed technical and cost proposals will be subsequently encouraged from those presenters whose proposals are identified as being of "particular value" to the Navy. The decision to submit or not submit a full proposal is the responsibility of the party submitting the proposal. However, the Navy's initial evaluation of the White Papers should give proposers some indication of whether a later full proposal would likely result in an award. Final selections should be made by July 2001. Proposals received after the published due dates may not be considered for funding under the Fiscal Year 2002 program, but may be considered for funding at a later time, including Fiscal Year 2003. Offerors must state in their White Paper and full proposal that it is submitted in response to BAA 01-007. White Papers and full proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and DoD/DoN regulations. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. This BAA provides no funding for White Paper or subsequent proposal development purposes. All white papers will be acknowledged. White papers and full proposals will not be returned after evaluation. This CBD notice and referenced PIP constitutes a 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. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the extent of commitment in providing meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned small business concerns, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation is 541710 (which corresponds with the standard industrial classification code of 8731) with the small business size standard of 500 employees. In addition, a Small Business Subcontracting Plan in accordance with FAR 52.219-9 must accompany contract proposals that exceed $500,000 submitted by all but small businesses. Entities that must submit a Small Business Subcontracting Plan for contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit abstracts and/or join others in submitting white papers and proposals. However, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of decision support system technology for exclusive competition among these entities. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. Questions of a contractual nature shall be directed to the Contract Specialist, Wade Wargo, Telephone Number (703) 696-2574, and E-mail: wargow@onr.navy.mil. Questions of a technical nature shall be directed to the Technical Point of Contact, Mr. Jeff Grossman, (619) 553-3625, Internet: hufac@spawar.navy.mil. Interested parties are invited to respond to this synopsis. No hard copy version of this will be available. The evaluation criteria are contained in Section 10 of the PIP.
- Record
- Loren Data Corp. 20010122/ASOL005.HTM (W-018 SN50B299)
| A - Research and Development Index
|
Issue Index |
Created on January 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|