SOLICITATION NOTICE
A -- Capable Manpower Future Naval Capability Emerging and Advanced Technologies
- Notice Date
- 2/27/2002
- 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
- 02-012
- Response Due
- 7/8/2002
- Point of Contact
- Tanja Blackstone, Program Officer, Phone 703-696-3246, - Angela Bruce, Contract Specialist, Phone 703-696-4516,
- E-Mail Address
-
blackst@onr.navy.mil, brucea@onr.navy.mil
- Description
- Reduced manning and increasing mission requirements will demand greater competencies of Naval warfighters than ever before. Proper selection, training, and system design are inseparable components of a triad necessary to ensure that future combatants and related sea-service components are adequately staffed and have high readiness. The Capable Manpower Future Naval Capability is dedicated to exploiting technologies that will enable rapid transition of products to fleet acquisition programs in order to improve selection, training and performance of Sailors and Marines, enabling significant Manpower, Personnel and Training (MPT) cost savings and improving warfighting readiness. In order to ensure that the Future Naval Capabilities products will transition, an Executive Integrated Product Team (EIPT) comprised of Naval representatives for Requirements, Acquisition, Science & Technology, and Resource Sponsorship has been established. The Fleet and the EIPT have defined three equally important and complementary enabling capabilities. The three enabling capabilities are: 1. ACQUIRE: Acquire and match Sailors and Marines to the right jobs at the right time while balancing individual and Naval needs. 2. DESIGN: Design affordable warfighter-centered systems, organizations and jobs by applying knowledge of human capabilities, limitations, and needs. . 3. EQUIP: Equip Sailors and Marines with effective mission-essential competencies when and where they are needed at affordable cost. The Execution Office of the Capable Manpower (CM) Future Naval Capability (FNC), sponsored by the Office of Naval Research, is inviting pre-proposals. These pre-proposals should suggest new S&T solutions to one or more of the eight CM FNC Supporting Technologies detailed below: Specific Supporting Technologies: (1) Whole Person Assessment (WPA) WPA will make the best possible training and career assignments for incoming Sailors and Marines. It will maximize the use of their personal characteristics to benefit the individual and the Service, while reducing unwanted attrition and increasing career satisfaction, retention, and fleet readiness, now and in the future. (2) Sailor / Marine Career Management System (S/MCMS) Distribution, assignment, and career management administrators will be supported by sophisticated decision support tools, providing rapid assessment of personnel shortages and surpluses in specific units. Mathematical models will quickly examine the many assignment combinations and suggest optimum matches and analytic tools to examine trends and patterns in the execution of important personnel policies. A single, mis-assigned Sailor or Marine could have significant impact on the unit??s ability to perform. The future distribution, assignment and career management system will be the cornerstone that ensures the Navy and Marine Corps ??put the right people in the right jobs at the right time.?? (3) Personnel Situation Monitoring, Analysis, and Response Technology (P-SMART) P-SMART will provide the ability to quickly access and analyze comprehensive and accurate personnel information, and to make informed decisions to ensure the current and future health of the force. Relevant force information will be available in the system, and the system will intelligently prioritize displays so that emerging potential problems or opportunities would be clearly evident to force managers. (4) Advanced Interface Design and Training Capability (AID/TC) AID/TC will develop a prototype command and control interface using human-centric design principles. Rapid prototyping technology will enable emulation of task requirements in future combatants. The prototype interface and training capability will be delivered for transition to fleet acquisition and training commands. With initial focus on Land Attack Warfare (LAW), AID/TC will develop prototype interfaces for the advanced Tactical Tomahawk Weapons Control System (TTWCS), and the follow-on integrated Land Attack Combat System. The AID/TC effort will evaluate operator proficiency issues and develop an embedded and stand-alone training capability. Stand-alone ??pre-training?? via personal computer or intranet will allow operators to gain valuable training on prototype shipboard command and control systems in multiple LAW areas prior to team training conducted at training commands and aboard ship. (5) Advanced Distance and Distributed Learning Advanced Distance and Distributed Learning (ADDL) will develop technologies and techniques to deliver training on-demand in remote locations. ADDL will possess the capability to support distance learners in demanding technical courses. This program will also develop authoring tools that support pedagogically sound ADL development. Consideration must be given to technologies that optimize Sailor and Marine job performance by mating appropriate instructional techniques with existing and emerging networking and distributed computing technologies. (6) Objective-Based On-The-Job Training and Maintenance Support for Individuals and Teams (OB/OJT) OB/OJT will produce tools, guidance and specifications to enable continuous learning and performance support beyond traditional schoolhouse or formal training programs. OB/OJT will produce systems which optimize identifying training needs, providing training (through intelligent tutoring systems, IETMS, mentoring interactions, and simulation-based team training) and assessing training effectiveness ON-THE-JOB. (7) Virtual Technologies and Environment (VIRTE) Develop and test virtual training systems to supplement and complement live training of Navy and Marine Corps warriors. There is no capability for realistic VE training that creates a full-immersion perceptual illusion for the trainee that incorporates tactile, auditory, visual, haptic/kinesthetic, ballistic and environmental virtual technologies. (8) Visualization-based Training and Support Systems (VISTRA) VISTRA will develop and test shore-based and at-sea operational support, training, exercise support, and feedback systems for multi-platform undersea warfare planning and tactical execution, for use at the platform, battlegroup, fleet, and theater levels. Additional information regarding the Capable Manpower FNC can be found at http://www.onr.navy.mil/sci_tech/futurenaval.htm. Available Funding Levels, Period of Performance and Expected Award Instrument: Individual proposals that address emerging technology (6.2) or advanced technology (6.3) solutions are desired in the cost and period of performance range set forth below: ?h Yearly Funding: not to exceed $750,000/year ?h Period of Performance: Up to three years ?h Total Amount of Award: Up to $2.25M ONR anticipates that funding will be available to make up to eight (8) awards. Proposals for less than the maximum dollar award are welcomed. Awards will primarily be in the form of Cost-Plus-Fixed-Fee (CPFF) contracts. 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. General Requirements for White Papers and Full Proposals: White papers/full proposals should be submitted to the following address: Office of Naval Research, Code 342, Attn: Tanja F. Blackstone, Ph.D., 800 North Quincy Street, Arlington, VA 22217-5660. The information submitted in the white papers/full proposals must be unclassified. However, classified work can be proposed under an offered project as long as no classified information is included in the white papers/proposals. White paper/full proposal submissions must be in hard copy, with one (1) original copy and nine (9) photocopies. White papers/full proposal submitted electronically or by fax will not be considered eligible. The font should be 12-point, Times New Roman. The page limitations set forth below are based on 8.5?? x11??, 1-inch margins, single space. A copy of the proposal must also be submitted on a compact disc. Each offeror should submit a cover sheet with its white paper/proposal. This cover sheet, which will not be counted against any page restrictions referenced in this Broad Agency Announcement (BAA), should include the Enabling Capability and Supporting Technology to which the proposal is being submitted. This sheet should also bear the, name, address, telephone number, fax number, and E-mail address for the technical and business points of contact on the project. White Papers: Offerers can reference more than one Enabling Capability and Supporting Technology in their submission. In addition to the cover page that should include the above-mentioned information, white papers must include the following information: Principal Investigator Name, Phone and E-mail Address Co-Investigator(s) Names Institution Mailing Address Project Title Current Work Unit No. and Funding Category, or Grant No. (if applicable) Technical Section: Objective of Proposed Research Work Plan (body of document) Does Proposed Task Represent a Change in Research Direction? Y / N Scientific Significance of Proposed Research Naval Significance of Proposed Research Navy Requirement Addressed Append Curriculum Vitaes (CVs) of all principals and supporting material if desired. CVs are not to exceed three pages each. Cost Section: Quarterly Budget Estimates Budget Estimate for Three Years White papers must be received no later than 4 p.m. (EDT), 15 APR 2002. White papers received after the due date will not be considered. The technical part of the white paper should include the above stated items, but should not exceed 7 pages and should focus on the proposed technical concept and approach using the above-mentioned technical section outline. The cover page and curriculum vitaes will not count toward the seven-page limit. White papers exceeding the page restrictions may not be reviewed. Initial Navy evaluations of the white papers will be issued via E-mail notification on or about 24 MAY 2002. Detailed technical and cost proposals will be subsequently encouraged from those offerors whose proposed technologies have been identified through the above-referenced E-mail as being of "particular value" to the Navy. 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 being of "particular value". 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. Full proposals will not be considered under this BAA unless a white paper was received before the white paper due date specified above. Full Proposals: The due date for receipt of full proposals is 4 p.m. (EDT) on 08 JUL 2002. Full proposals shall consist of two separate sections, one for Technical and another for Cost. Both of these sections shall reference the BAA number and include the offeror's project title. Titles given to the white papers/proposals should be descriptive of the work they cover and not be merely a copy of the title of this solicitation. The technical section of the full proposal should follow the following format: 1) List of Project Manager(s) and a Description of Programmatic Structure (including Subcontractors if any); 2) Technical Objective and Expected Payoff, Quantified to the Extent Possible; 3) Naval/Military Problem/Deficiency Thereby Addressed and Resulting Capability Enhancements; 4) Proposed Technical Approach; 5) Schedule/ Milestones/Deliverables; 6) Relationship to Other Projects in Which the Offeror Participates; 7) Summary of Qualifications/Experience of Key Personnel (including formal resumes); and 8) Statement of Work (which should be provided as an attachment to the proposal and should otherwise be provided as a separate section that does not include proprietary information to allow for incorporation into a contract award). The technical portion of the full proposal, excluding the resumes, should not exceed 25 pages in length. The cost section of the full proposal has no page limitation. The cost section should include the following: a detailed Cost Proposal, a completed Certification Package, and a Small Business Subcontracting Plan (if applicable). The detailed cost proposal should fully segregate costs by cost category and should include the following cost items, if appropriate: direct labor, fringe benefits, indirect labor, materials, subcontracts, consultants, travel, other direct costs, G&A, cost of money (COM), and fixed fee. Direct labor should show each individual labor category or person, with associated hours and specific unburdened direct labor rate. All indirect costs (including fringe, indirect labor, G&A, and COM) should show base amount and rate. Details/explanation of all other costs items should be given in this section. The cost section should be accompanied by a completed certification package. The package can be accessed on the ONR Home Page at http://www.onr.navy.mil/02/repcert.htm Proposals for CPFF contracts should use the certification package entitled ??Representations and Certifications for Contracts.?? 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, woman-owned small business concerns, veteran-owned small business concerns, service disabled veteran-owned small businesses, and historically black colleges and universities and minority institutions (HBCU/MI). The North American Industry Classification code is 54171 (replaces Standard Industrial Classification code 8731) 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 participation, though their participation encouraged. Proposal Evaluation: White papers and full proposals will be evaluated using the following criteria, which are listed in descending order of importance: ?h Overall technical merit, quality, and feasibility of the research ?h Potential to enhance the overall management of military personnel, which includes selection, training, distribution, assignment, and the design of human decision interfaces ?h Originality of the research ?h Perceived need and benefit of the proposed research and understanding of the Fleet capability or warfare area to which transition would occur ?h The qualifications, capabilities and experience of the proposed Principal Technical Investigator, Project Manager, and other key personnel critical in achieving the proposed objectives ?h The offeror??s facilities ?h Reasonableness of cost ?h Socio-economic merits (contracts only). Use of Animals and Human Subjects in Research: If animals are to be utilized in the research effort proposed, the offeror must complete a DoD Animal Use Protocol with supporting documentation (copies of AAALAC accreditation and/or NIH assurance, IACUC approval, research literature database searches, and the two most recent USDA inspection reports) prior to award. Similarly, for any proposal that involves the experimental use of human subjects, the offeror must obtain approval from the offeror's committee for protection of human subjects (normally referred to as an Institutional Review Board, (IRB)). The offeror must also provide NIH (OHRP/DHHS) documentation of a Federalwide Assurance that covers the proposed human subjects study. If the offeror does not have a Federalwide Assurance, a DoD Single Project Assurance for that work must be completed prior to award. Please see http://www.onr.navy.mil/02/howto.htm for further information. Industry-Academia Partnering ONR highly encourages partnering among industry and academia with a view toward speeding the incorporation of new science and technology into fielded systems. Proposals that utilize industry-academic partnering which enhances the development of novel S & T advances will be given favorable consideration. Other Information: This notices constitutes a BAA as contemplated in FAR 6.102 (d)(2)(i). A formal RFP or other solicitation regarding this announcement will not be issued. Request for the same will be disregarded. ONR will not issue paper copies of this announcement. 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 business nature shall be directed to the Contract Specialist, Angela L. Bruce. Questions of a technical nature shall be directed to the Technical Point of Contact, Dr. Tanja F. Blackstone. See contact information shown above.
- Record
- SN00031919-W 20020301/020227213326 (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 |