Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

A -- ELECTRONIC WARFARE INTEGRATED SYSTEM FOR SMALL PLATFORMS (EWISSP)

Notice Date
July 3, 2001
Contracting Office
Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660
ZIP Code
22217-5660
Solicitation Number
01-022
Response Due
August 20, 2001
Point of Contact
Technical Point of Contact: Mr. James Talley , ONR 313 Office of Naval Research Ballston Center Tower One 800 North Quincy Street, Rm. 619-8 Arlington, VA 22217-5660, Tel: (703) 696-2495, E-mail: James_Talley@onr.navy.mil; Business Point of Contact: Ms. Margaret L. Graves, ONR 251 Office of Naval Research Ballston Center Tower One 800 North Quincy Street, Rm. 720 Arlington, VA 22217-5660, Tel: (703) 696-2602, E-mail: Margaret_Graves@onr.navy.mil
Description
The Surveillance, Communications, and Electronic Combat Division of the Office of Naval Research (ONR) is soliciting white papers and proposals from Industry and Academic communities for the development and demonstration of technologies that can support the development of an Electronic Warfare Integrated System for Small Platforms (EWISSP) specifically; small, surface Navy and USMC combat platforms. Initial platform candidates for this Program include the USMC's Advanced Amphibious Assault Vehicle (AAAV) and the Navy's Air Cushioned Landing Craft (LCAC). This effort will be part of ONR's Future Naval Capabilities (FNC) Program for Platform Protection (PP). Areas of interest in the EWISSP Program include the following technologies: (1) Compact Small Platform Situational Awareness Subsystems, (2) Compact Small Platform Electronic Attack Subsystems, (3) Radio Frequency (RF) Signature modification techniques as part of the Electronic Attack Subsystem, (4) Electro-Optic (EO)/Infraed (IR) Self-Protection Subsystems, and (5) Hybrid RF/IR Sensors and Countermeasures Subsystems. It should be emphasized that innovative subsystem design and technique approaches in the areas of Electronic Surveillance (RF, IR and EO) and Electronic Attack (RF, IR and EO) are encouraged, as well as, overall Electronic Warfare (EW) System Design concepts. These systems must encompass scalable system integration hardware unique to small surface platforms and software for combat system integration severely constrained by physical, weight and environmental factors. It is envisioned that this effort will be comprised of a Government/Industry partnership, with roughly equal responsibility. The EWISSP Development Program will be conducted in 4 Phases spanning the period of FY02 through FY07. In each of these phases, the Government will provide direction as follows: In Phase I, the Government will provide overall technical guidance regarding the threat, relevant platforms concept of employment and performance requirement definition. Industry will conduct independent trade-off analyses yielding recommended system and subsystem designs and development approaches. In Phase II, the Government will provide overall technical guidance regarding the development of EWISSP subsystems. Industry will provide independent development of either total subsystems or portions of subsystems in concert with ongoing Government S&T efforts. In Phase III, the Government and Industry will work together regarding the integration of EWISSP subsystems into an overall integrated EW system at a common site. In Phase IV, the Government will oversee the installation of the EWISSP hardware provided in Phase III and subsequent performance demonstrations in the field. Industry will be directly involved in the planning, and execution of these performance demos. In addition, Industry will support EWISSP performance demo results analyses and report preparations. Since teaming/partnering is anticipated, it is recommended that contractors, academic institutions and non-profits provide specific areas of expertise, which can be posted on this Program's web site, subject to the permission of the provider. . Before submitting a White Paper or Full Proposal, proposers must review the Proposal Information Package (PIP) and other detailed information that can be found on the EWISSP web page at http://www.onr.navy.mil/ppewfnc. The EWISSP Project will be funded with a combination of Exploratory Development and Advanced Development funds (Budget Categories 6.2 and 6.3). Selected projects will be funded under the FNC PP Program. Awards will typically range from $500,000 to $3,500,000, although lower and higher cost proposals will be considered. Awards will primarily be in the form of contracts. However, the Governments 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 phase, but not to exceed 60 months. It is ONR's intent to award contracts for a total system solution and for individual subsystems, as described in the Proposal Information Package (PIP). The Government reserves the right to recompete after Phase I results have been received, but prior to the start of Phase II, at which time, proposals may be submitted for a total system solution or for individual subsystems, or for all remaining phases (II, III and IV) or individual phases, as described in the PIP. This BAA provides no funds for white paper or proposal development costs. Industry Day: The PP FNC will conduct a Industry Day classified SECRET -- for potential bidders on Tuesday, July 24, 2001 at the Naval Research Laboratory (NRL), Building 210, Room 1450, 4555 Overlook Avenue, SW, Washington, DC 20375. The purpose of Industry Day is to provide bidders additional insight into the technologies needed to support the development of the EWISSP System and its subsequent transition to designated platforms. Registration for the meeting will begin at 0800 Local Time. The meeting will be held from 0900 to 1200 Local Time. Please provide notification of planned attendance, via an e-mail message, to Mr. Eric Puryear, at epuryear@dsrnet.com, no later than 1600 Local Time on Tuesday, 10 July 2001. The message must include the following attendee information: name(s), title(s), organization(s), department(s) or company division(s), phone and fax numbers, and e-mail address(es). If requested attendance exceeds capacity, it may be necessary to limit participation, and organizations will be so notified. The Industry Day meeting will be classified SECRET; therefore, please provide a visit request/clearance to NRL no later than 10 July 2001. POC: Ms. Julie Stone, Fax# (202-767-4277). To confirm receipt of visit request/clearance at NRL, the phone no. is 202-767-1763. Those unable to attend this briefing should consult the web page at http://www.onr.navy.mil/ppewfnc to review unclassified briefing slides and answers to those written questions submitted during Industry Day, and subsequently. Industry Day Tour: A tour of the AAAV Technology Center has been scheduled for the afternoon of July 24, 2001 subject to availability of a AAAV Platform. The AAAV Technology Center is located in Woodbridge, VA approximately, 25 miles from NRL. A map locating the facility is available on the AAAV website at http://www.aaav.usmc.mil. The tour will be held from 1330 to 1530 Local Time. Those wishing to attend should fax clearances to Ms Judy McCain at 703-492-5161. Ms McCain's voice no. is 703-492-3388. The tour will take place in an actual AAAV Platform assembly and test facility; consequently, loose-fitting clothing should not be worn during the tour. For safety reasons, dresses or skirts are not allowed, and women are requested to wear slacks and blouses, with closed-toe low-heeled shoes, or equivalent. The POC at the AAAV Technology center is Major Patrick Hall; his phone number is 703-492-3398. Security Classification of Proposals: It is desired that proposals under this BAA be unclassified. To remain unclassified while demonstrating expertise and familiarity with the subject matter, offerers are welcome to substantiate unclassified data with reference to applicable classified documentation. However, classified proposals are permitted. If a confidential/classified proposal is submitted, it must also include an unclassified Statement of Work. Proposal Submissions: Offerors may submit multiple proposals under this BAA. White Papers are due by 1600 Local Time, 20 August 2001. Full Proposals are due by 1600 Local Time, 01 November 2001. Offerors must state in their White Paper and full proposal that it is submitted in response to BAA 01-022. Proposals should be submitted to: Office of Naval Research Attn: Code 313, Dr. Peter Craig Ballston Center Tower One 800 North Quincy Street, Rm. 619-10 Arlington, VA 22217-5660 A review of the White Papers for program relevance, technical and logistical feasibility, and cost will be conducted. Following the review, white papers will be placed in one of three groups: (1) significant value, (2) limited value, or (3) non-responsive. Offerors submitting the most promising white papers will be encouraged to submit full technical and cost proposals on all or part of their white paper submission. However, any such encouragement does not assure a subsequent award. An offeror may submit a Full Proposal even if its White Paper is not identified as promising. Offerors may be granted an opportunity to make oral presentations of their White Paper on or about 6 September 2001. Offerors will be notified, on or about 25 September 2001, of the categorization of their white paper and be asked to submit Full Proposals. 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. White Papers and Full Proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and DoD/DoN regulations. Government personnel will perform the evaluation of White Papers and Full Proposals. However, they may utilize non-governmental subject matter experts in developing their evaluation of White Papers/Full Proposals. Any non-governmental expert will be required to sign non-disclosure statements prior to gaining access to the submitted White Papers/Full Proposals. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. 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 solicitations 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, HUB Zone small businesses, small disadvantaged businesses, women-owned small business concerns, veteran-owned small business concerns, and historically black colleges and universities (HBCU) and minority institutions (MI). 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 Federal Acquisition Regulations Clause 52.219-9, must accompany contract proposals submitted by all but small businesses, that exceed $500,000. Entities that must submit a Small Business Subcontracting Plan, for contract proposals that exceed $500,000, include universities/colleges, nonprofits, and large businesses. HBCU's and MI's are encouraged to submit white papers and/or join others in submitting white papers and proposals. However, no portion of this BAA will be set aside for HBCU or MI participation, due to the impracticality of reserving discrete or severable areas of naval battleforce networking technology for exclusive competition among these entities. The Government reserves the right to select for award, all, some, or none of the submissions received in response to this announcement. Interested parties are invited to respond to this synopsis. No hard copy versions of the aforementioned documents will be available. The evaluation criteria are contained in Section 8.0 of the PIP.
Record
Loren Data Corp. 20010706/ASOL008.HTM (W-184 SN50Q7F9)

A - Research and Development Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com