Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS

A -- BROAD AGENCY ANNOUNCEMENT FOR ROLL-ON, ROLL-OFF SENSOR TECHNOLOGY FOR CARGO/TRANSPORT TYPE AIRCRAFT

Notice Date
June 7, 2001
Contracting Office
Commander, Attn: Contracts 2.5.1, Bldg 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, MD 20670-1463
ZIP Code
20670-1463
Solicitation Number
N00421-01-R-0265
Response Due
June 7, 2003
Point of Contact
Rachel Orosz, Contract Specialist (301) 342-0933 or Chyau N. Shen, Avionics Engineer (301) 342-0093
E-Mail Address
Click here to contact the Contract Specialist (OroszRA@navair.navy.mil)
Description
BROAD AGENCY ANNOUNCEMENT REQUESTING PROPOSALS FOR ROLL-ON, ROLL-OFF SENSOR TECHNOLOGY FOR CARGO/TRANSPORT TYPE AIRCRAFT FOR THE AVIONICS GROUP AND THE ELECTRO-OPTICAL AND SPECIAL MISSION SENSORS DIVISION OF NAWCAD PATUXENT RIVER, MD. SOL N00421-01-R-0265 DUE 051703 POC Rachel Orosz, Contract Specialist (301) 342-0933 or Chyau N. Shen, Code 4.5 (301) 342-0093. E-MAIL: Click here to contact the Contract Specialist, OroszRA@navair.navy.mil. BAA# N00421-01-R-0265, Broad Agency Announcement soliciting/requesting proposals for the Avionics Group and the Electro-Optical and Special Missions Sensors Division at Patuxent River Maryland, issued under the provisions of paragraphs 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR) which provides for the competitive selection of research and prototype proposals for scientific study or experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding. The Naval Air Warfare Center Aircraft Division, Patuxent River Maryland is interested in receiving proposals for the research efforts described below. This announcement is an expression of interest only and does not commit the Government to make any award or to pay for any response preparation costs. The cost of proposal preparation for response to a BAA is not considered an allowable direct charge to any resultant contract or any other contract. Educational Institutions, Small Business Concerns, Small Dis-Advantaged Business Concerns, Women Owned Small Business Concerns, Historically Black Colleges and Universities, and Minority Institutions are especially encouraged to submit proposals for consideration under this BAA. This BAA is to solicit technical/cost proposals in the area of Imaging/Non-Imaging, Active/Passive Sensor Technology integrated in a unique manner to allow roll-on/roll-off capability aboard cargo/transport-type multi-mission and other aircraft. No permanent modifications to the aircraft shall be permitted. This will allow the return of the aircraft to its original condition and utilization of the sensor package aboard a similar aircraft. A modular package approach is desired for ease of integration with existing optical benches and also for ease of reconfiguration and installation. External sensor pod approaches will also be considered if in so doing, additional advantages are gained (e.g., added spatial coverage) without compromising the required roll-on, roll-off capability. The system shall be capable of incorporating a variety of sensors to include, but not limited to: imaging optical (uv through the far infrared) for both targeting and cueing using multi-band and/or spectral classification techniques; advanced radar for target detection and tracking; laser radar for target tracking and identification; ESM for target location cueing and identification; C4I for receiving and disseminating target information and secure transmission of imagery and target track data. The proposed system shall include all aspects of multisensor/aircraft integration. Concepts for utilization of unexploited target signatures, emissions, and processing for extracting this information shall be considered. Sensor stabilization requirements and proposed solutions shall be addressed. In addition, wide bandwidth (commensurate with resolution and time) recording and storing of high resolution target imagery and video, and LADAR detector output shall be considered as part of the system solution. THERE WILL BE NO FORMAL REQUEST FOR PROPOSAL OR ANY SOLICITATION DOCUMENT ISSUED IN REGARD TO THIS BAA. Offerors are required to submit three (3) copies of a two (2) to three (3) page white paper on their proposed research. The white paper should be formatted as follows: Section A: Title, Name of Company, Period of Performance, and Cost of Effort; Section B: Task Objective; and Section C: Technical Summary. Multiple white papers may be submitted in different areas of technology. The purpose of the white paper is to preclude unwarranted effort on the part of the offeror whose proposed work is not of interest under this BAA. Those white papers found to be consistent with the intent of the BAA and of interest to the Government may be invited to submit a proposal. Such an invitation does not assure that the submitting company will be awarded a subsequent contract. When proposals are submitted, they should consist of a clear statement of objectives, a technical section which should include, but not necessarily be limited to, expected contribution of the research to the DoD EO and/or Avionics Group mission, analysis that supports feasibility, background experience, concepts, ideas, methodology, a statement of work and milestones, a biographical section describing key individuals and a cost section. Details of any cost sharing to be undertaken by the offeror should be included in the proposal. The technical proposal shall not exceed fifty (50) pages and three (3) copies of each proposal shall be provided. Proposed technologies should be fully addressed as part of an overall system concept and include platform considerations as applicable. The proposed effort can include research and/or development and demonstration of relevant processing concepts and/or enabling technologies and hardware. Risk, potential payoffs and time frame for proof-of-concept demonstration should also be included. For planning purposes, the period of performance is estimated to be one (1) to four (4) years. The contract type is anticipated to be Cost-Plus-Fixed-Fee (CPFF) completion. The selection of one or more sources for contract award will be based on a review of proposals submitted in response to the BAA. The major purpose of the evaluation will be to determine the relative merit of the technical approach of each proposal. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government compared to the cost of the proposals, number of proposals received and the availability of funds. This BAA will be open for a period of twenty-four (24) months from the date of this announcement. Proposals will be accepted any time during this period. Early submission is encouraged. Awards may be made at any time throughout the year. Proposals submitted will be evaluated periodically by in-house scientists/engineers, a Government evaluation team or by a group of scientific peers. Award decisions will be based on an evaluation using the following criteria: 1) Overall scientific and technical merit of the proposal; 2) Potential contribution of the effort to Department of Defense (DoD) mission in Reconnaissance and Surveillance; 3) Offeror's capabilities, related experience, facilities, techniques or unique combination for achieving the proposed objective; 4) Proposed cost as adjusted for realism. In addition, the Government may consider other factors such as past and present performance on recent Government contracts and the capacity and capability to perform the requirements of the effort. Quarterly progress reports from the contractor shall be required. An annual review of technical accomplishments will be undertaken by the Government to determine if progress warrants continuation of the contract. No further evaluation criteria will be used in selecting proposals. Offerors may respond to one or more of the research areas described above. Offerors are encouraged, when applicable, to provide exploratory devices or systems which demonstrate/validate the concept or technologies proposed. Submission of a proposal is not restricted in any way to any particular entity. Both the NAWCAD, Avionics Group and the Electro-Optical and Special Missions Sensors Division Competency areas have cognizance and responsibility for the areas of interest identified above. The point of contact for technical issues relating to the design and/or development of new, unique and innovative technologies or concepts is Mr. Chyau N. Shen, (301) 342-0093. The point of contact for contractual matters is Ms. Rachel Orosz, (301) 342-0933 or email address OroszRA@navair.navy.mil. The white papers, in addition to any technical questions, shall be submitted to Ms. Rachel Orosz, Contract Specialist, Code 2.5.1.4.4.1, Bldg 588 Ste 2, 47253 Whalen Road Unit 6, Patuxent River, Md 20670-1161. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. Any negotiations that may be necessary will be conducted between the offeror and the Contracting Officer. Offerors are cautioned that only Contracting Officers are legally authorized to commit the Government.
Record
Loren Data Corp. 20010611/ASOL013.HTM (W-158 SN50O1U7)

A - Research and Development Index  |  Issue Index |
Created on June 7, 2001 by Loren Data Corp. -- info@ld.com