SOLICITATION NOTICE
A -- BROAD AGENCY ANNOUNCEMENT (BAA) -LARGE APERTURE HULL ARRAY
- Notice Date
- 8/23/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002401R6306
- Response Due
- 8/23/2004
- Point of Contact
- SEA 06632, LT M. S. Carl, SC, USN 202-781-4924 SEA 06632, LT M. S. Carl, SC, USN 202-781-4924 carlms@navsea.navy.mil
- Description
- The Naval Sea Systems Command (SEA 93), Advanced Systems and Technology Office (ASTO), Arlington, VA is soliciting proposals for new and innovative electronic and signal processing designs for large aperture hull array, consisting of thousands of sensor channels. The design and development of an electrical infrastructure, including both outboard and inboard electronics; the hardware and software required for Signal Conditioning, Signal Processing, Array Beamforming, Control and Display (GUI), and any T&E data analysis equipment; the manufacturing, integration and installation of an Advanced Development Model (ADM) or prototype. The Government is currently developing large aperture hull arrays for submarine sonar systems to supplement and/or replace existing submarine sonar arrays. Part of the large aperture hull array effort involves developing state-of-the-art signal-proce ssing techniques that will take advantage of the large horizontal and vertical apertures provided by these arrays. Specific goals of the effort are to take advantage of the vertical distribution of ambient noise, to capitalize on multipath signal propagation for localization, to provide extremely rapid data transmission, and to be compatible with Acoustic Rapid COTS Insertion and VIRGINIA-Class non-propulsion electronics system architecture. A brief presentation of currently contemplated array development projects may be found at <www.asto-nav.com>, the ASTO web site. The expected result is an extremely affordable, high performance electronic infrastructure and processing system that will enable the design, development and integration of a large aperture hull array into the overall submarine sonar suite. Proposed efforts may address specific areas or components where offe rors wish to participate or may address the entire scope. Where multiple areas are proposed, proposals should be structured so that each area identified above is separately delineated. Proposed effort must have the potential for demonstrating the required performance and/or affordability improvement against the defined threats in the specified environments. This BAA will be open for 2 years from the data of the announcement. Proposals may be submitted at any time within that period. Contracts, grants, cooperative agreements and "other transactions", as appropriate, will be awarded limited by funding availability. . The funding in FY03 (if available) is $2,000,000. Funding in FY04 (if available) is $3,000,000. Therefore, early submission of proposals is desirable and encouraged. The Navy desires initial awards no later than 15 February 2003. Contractors may submit study proposals. Studies, if proposed, should identify innovative solutions, technologies, cost drivers, and development approaches suitable for demonstration within 24 months from award. No award can be made without a proposal to perform a specific effort within an estimated cost and time period. Industry, Small Businesses, Small Disadvantaged Businesses, educational institutions, Historically Black Colleges and University and Minority Institutions are encouraged to participate. Proposals should be submitted to the Cognizant Contracting Activity whose address is: COMMANDER NAVAL SEA SYSTEMS COMMAND ATTN SEA 02632 (LT Michael Carl) 1333 ISAAC HULL AVENUE SE STOP 2050 WASHINGTON NAVY YARD DC 20376-2050 Contracting Point-of-Contact is LT Michael Carl, telephone (202)781-4924, facsimile (202)781-4653 and e-mail <carlms@navsea.navy.mil>. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. Offerors may submit their technical proposals (5 paper copies and 1 electronic copy using Microsoft Office 97 or earlier) and cost proposals (1 copy) within the 2-year period of this announcement. Offerors may submit separate proposals on any or all areas of interest. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. Proposals shall consist of two separately bound volumes; Volume I shall provide the technical proposal and management approach and Volume II shall address cost. Although length is not specified, succinct proposals are desired. Volume I shall include the following sections, each starting on a new page: A. A cover page, including proposal title, technical and administrative points-of-contact along with the telephone and facsimile numbers, followed by a letter signed by the authorized officer specifying the proposal validity period (at least 120 days). B. A one-page overview of the proposed technologies and/or concepts as well as any innovative claims for the proposed research, and how they will contribute to large aperture hull arrays and support the objectives of a technology evaluation and demonstration; C. A one-page summary of the deliverables including data associated with the proposed research. D. A one-page summary of the schedule and milestones for the proposed research whi ch can be traced to the Work Breakdown Structure (WBS). E. A one-page WBS. F. A succinct Statement of Work clearly detailing the scope and objectives of the work and, if any, specific contractor requirements. If any portion of the research is predicated upon the use of Government-owned resources of any type, the contractor shall clearly identify: the resources required, the date the resource is required, the duration of the requirement, the source from which the resource may be acquired, if known, and the impact on the research if the resource is not provided. G. Technical arguments that substantiate claims made in the overview (proposal section B) and a technical approach description consistent with the deliverables and schedule (proposal sections C and D). Technical arguments should also address any major risk areas. This section should be limited to 3 pages or less. H. A description of the results, products, and transferable technology expected from the contract. I. A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas, previous cost and schedule performance, and the qualifications of the previous key personnel. J. A brief discussion of the overall approach to the management of this effort, including brief discussions of total organization, use of personnel and their qualifications, project/function/subcontractor relationships, technology transition plans, government research interfaces, and planning, scheduling, and control practices. Volume II shall include the one-page work breakdown structure, a cost summary, and a breakdown of cost for the effort. Evaluation of proposals will be based on the following criteria: (1) The overall scientific and technical merit of the proposed approach to the large aperture hull arrays effort including the innovative aspects of the proposed effort, (2) The offeror's capabilities, related experience, experience of the key personnel who are critical to program success, facilities and/or techniques that are integral factors for achieving the proposed objectives, (3) Past performance, and (4) The realism of estimated costs and schedules and the potential affordability impact on the Navy, including total ownership costs if applicable. These criteria are in descending order of importance for evaluation purposes with technical merit significantly more important than either of the other evaluation criteria.
- Record
- SN00149087-W 20020825/020823213817 (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 |