Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

A -- Unmanned Surface Vehicle Technology For Mine Countermeasures

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
 
ZIP Code
22217
 
Solicitation Number
02-010
 
Point of Contact
Brian Glance, Senior Contract Specialist, Phone 703-696-2596, - Brian Glance, Senior Contract Specialist, Phone 703-696-2596,
 
E-Mail Address
glanceb@onr.navy.mil, glanceb@onr.navy.mil
 
Description
Synopsis: General Statement of Research Need The Organic Mine Countermeasures Future Naval Capability (OMCM FNC) program seeks white papers and full proposals describing technology development and demonstration concepts for performing Mine Countermeasure (MCM) tasks organically from U. S. Navy amphibious warfare ships using unmanned surface vehicles (USVs). These concepts must support naval amphibious warfare operations such as power projection. Concepts should include influence minesweeping and mine reconnaissance capabilities hosted aboard an USV. Concepts should demonstrate that a capable USV will supplement future Naval systems for organic MCM in the Very Shallow Water (VSW) and Shallow Water (SW) operational environments. Concepts should reflect integration with existing/developing small boat assets onboard Navy amphibious ships to minimize the impact of adding MCM mission capability aboard these Navy ships. Technology demonstrations of the USV-MCM concept shall be performed in concert with other, ongoing OMCM FNC initiatives in FY03 and FY05, showing compatibility with amphibious warfare ships during fleet operational conditions. The scope of the effort proposed in the white papers should include: 1) integration of an influence minesweeping payload into the USV; 2) integration of a mine reconnaissance payload into the USV; 3) two technology demonstrations, each conducted under fleet operational conditions, hosted aboard an amphibious warship, and preceded by a preliminary sea test; and 4) performance of a Fleet Integration Study, i.e., an investigation of USV and MCM payload technologies, alternatives, and recommendations for integration with the fleet. The emphasis of the effort proposed in the white papers shall be: 1) demonstration of successful mine reconnaissance and influence minesweeping from a small, host ship-compatible USV; and 2) demonstration of innovative integration approaches for reduced impact on the host amphibious ship (i.e., minimum manning, weight, and footprint, and preservation of ship's performance in other mission areas). The Government will make available an 11m Rigid-hull Inflatable Boat (RHIB) with rudimentary onboard remote control hardware, line of sight RF link for C&C and video, and PC-based ground control station for the development and demonstration effort. To assist in providing prospective offerors information leading to more responsive white papers and full proposals, the ONR is establishing a World Wide Web Site http://www.onr.navy.mil/02/baa/baa_02_010 that includes, or includes links to, relevant documents describing background investigations, USV data, additional Government guidance related to USV-MCM concepts and strategy, and Frequently Asked Questions. The Web Site will also include a question/answer forum for potential offerors to obtain additional information regarding requirements, desired capabilities, and constraints. Instructions for Preparation of White Papers and Full Proposals White papers are initially sought to preclude unwarranted effort on the part of an offeror in preparing full technical and cost proposals without an initial assessment of the operational, technical, and logistical feasibility of the concept. White papers should be limited to seven pages and should include the following items: (A) Cover Page, clearly labeled "WHITE PAPER", including BAA title and date, title of white paper, administrative and technical points of contact along with email addresses and telephone and fax numbers; (B) Technical Description, to consist of clear discussions of the concept and associated technologies being proposed, development objectives of the proposed effort, major technical issues to be resolved to accomplish objectives, approaches to resolving these issues, and a clear description of and schedule for demonstration of the development; (C) Managerial Description, to include partnering arrangements if any, list of key personnel, specific prior experience of offeror in the technology areas addressed, facilities, and a plan of action with milestones; (D) Cost Description, to be a one page cost estimate on a yearly basis partitioned by major tasks. One-page curricula vitae for the Principal Technical Investigator, Project Manager, and other key personnel should be submitted. The cover page and curricula vitae will not count toward the seven-page limit. Eight copies of the white papers are due at the submittal address listed below by 1600 EST, 04-April-2002. All white papers will be acknowledged via e-mail. White papers will not be returned after evaluation. Offerors submitting the most promising white papers will be encouraged to submit a full technical and cost proposal on all or part of their white paper submission. However, any such encouragement does not assure a subsequent award. Any offeror may submit a full proposal even if its white paper was not identified as promising or if no white paper is submitted. The format for subsequent full proposals will be posted at http://www.onr.navy.mil/02/baa/baa_02_010 on or about 04-April-2002. Full proposals are due by 1600 EST, 31-May-2002. It is anticipated that funding decisions will have been completed by 14-June-2002, followed immediately by funding actions. Though contracts are anticipated, awards may be in the form of contracts, grants, cooperative agreements, or other transactions as appropriate. The maximum length of an award will be three years. The Government reserves the right to select for award all, some, or none of the submissions. This BAA provides no funding for white paper or subsequent full proposal development. This BAA announcement does not preclude an offeror from submitting a full technical and cost proposal or white paper after published due dates. Responses to white papers submitted after the due date for white paper submission will not be made until after the due date for FY 02 full proposals (31-May-2002). 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. Full proposal submissions made after 1600 EST, 28-Feb-03 will not be considered. White papers and full proposals should be submitted by the due dates to: Office of Naval Research, USV-MCM BAA, ONR Code 32MIW, BCT-2, Room 607, 801 North Randolph Street, Arlington, VA 22203. Use John Cunningham at (703) 588-2435 for express mail purposes ONLY. White papers and full proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.413, applicable law, and DoD/DoN regulations. Criteria and Method for Evaluation of Proposals White papers and full proposals will be evaluated using the following criteria: (1) overall technical merit; (2) technical innovation, feasibility, and risk to successfully demonstrate the technologies by FY 05; (3) potential to enhance organic influence minesweeping and mine reconnaissance in the shallow and very shallow water environment through the application of advanced technologies; (4) potential for transition to fleet capability; (5) the qualifications, capabilities and experience of the proposed Principal Technical Investigator, Project Manager, and other key personnel critical in achieving the proposed objectives; (6) the offeror?s facilities; (7) budgetary cost and availability of funds; (8) the offeror's related experience and past performance; and (9) socio-economic merits (contracts only). For awards to be 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 business, HUB zone small business, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small business concerns, service disabled veteran-owned small business concerns, and historically black colleges and universities and minority institutions (HBCU/MI). The North American Industry Classification code is 541710 (it replaces the Standard Industrial Classification code) with the small business size standard of not to exceed 500 employees. In addition, contract proposals that exceed $500,000 submitted by all but small businesses must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9. No portion of this BAA has been set aside for HBCU and MI participants, though their participation is encouraged. This CBD notice constitutes the BAA as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, neither 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. Questions regarding business matters relating to this BAA should be directed to: Office of Naval Research, Attention Brian Glance (Code 252), Room 720, Ballston Towers One, 800 N. Quincy St., Arlington, VA 22217-5660, (703) 696-2596. Information regarding technical matters is available at http://www.onr.navy.mil/02/baa/baa_02_010
 
Record
SN00030787-W 20020227/020225213329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.