Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2003 FBO #0562
SOURCES SOUGHT

13 -- The Naval Explosive Ordnance Disposal (EOD) Technology Division, Research and Development Department has a need to develop and demonstrate technologies to detect, access, examine, render safe, and

Notice Date
6/12/2003
 
Notice Type
Sources Sought
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAA03006
 
Response Due
6/11/2004
 
Archive Date
6/12/2004
 
Point of Contact
Steven Clark at 301-744-6789 for contractual questions. Eric Hoffman at 301-744-6850 x-261 for any technical questions.
 
Description
The Naval Explosive Ordnance Disposal (EOD) Technology Division, Research and Development Department has a need to develop and demonstrate technologies to detect, access, examine, render safe, and dispose of unexploded ordnance (UXO) and improvised explosive devices (IEDs). White papers/full proposals are sought for technology development projects in the following areas: 1. Detection and examination of hidden explosive devices and their fuzing or fuzing components from the following locations: standoff (operator and equipment co-located outside of blast/fragmentation range), remote (operators located outside blast/fragmentation range, equipment located inside range), and entry point (operator and equipment co-located inside blast/fragmentation range). Targets of interest include articles carried in, on, or by persons; vehicles (including watercraft) and their cargo; and mail conveyed by person or vehicle. 2. Handheld wireless communication devices that gather, organize, and transmit (in real-time) data from explosive sensors to command and control elements 3. Standoff detection/monitoring of electronic safed and armed fuzes 4. New and innovative sensors for standoff detection (signal/no signal), discrimination (ordnance vs. clutter), and identification (ordnance type) of surface and buried ordnance 5. Mitigation of IED and UXO blast and fragment damage 6. Rapid detection and identification of explosives, chemical agents, biological agents, fuels/oxidizers, and inert substances 7. Location and disposal of submunitions using robotic systems 8. Tools and/or projectiles for initiating low order reactions in ordnance both on the surface and underwater to 300 feet 9. Advanced/novel EOD tools 10. Computer based training/training simulators for EOD-specific missions/tools 11. Software for accurately modeling the dynamic interactions between a subsonic projectile and ordnance fuzing 12. Unmanned aerial/ground vehicles for use in support of EOD operations 13. Electronic countermeasures against remote detonation of IEDs 14. Remote detonation of Improvised Explosive Devices General Requirements for White Papers and Full Proposals: White Papers/full proposals shall be submitted to the following address: NAVSEA Indian Head Surface Warfare, Attn: Steven Clark, Code 1143F Bldg. 1558, 101 Strauss Avenue, Indian Head, MD 20640-5035. White paper/full proposal submissions must be in hard copy, with one (1) original copy and three (3) photocopies. White papers/full proposals submitted electronically or by fax will not be considered eligible. Each offeror should submit a cover sheet with its white paper/proposal. Thi s cover sheet, which will not be counted against any page restrictions referenced in the Broad Agency Announcement (BAA), should include the BAA number BAA 03-006, name, address, telephone number, fax number, and email address for the technical and business points of contact on the project. White Papers: Interested offerors are requested to submit a white paper, the purpose of which is to preclude unwarranted effort by the offeror in preparing a full technical and cost proposal not considered to be responsive. Each white paper is limited to five pages in length and may address only one of the above areas. Submission for multiple areas by a single contractor is permitted, but each topic must be addressed in a separate document. The white paper will consist of three primary sections: Technical, Managerial, and Cost. The Technical section shall include the following: 1 . technical area being addressed, 2. a clear description of the technology, 3. project objectives, 4. technical issues which must be resolved to accomplish the objectives, 5. the approach to resolving those issues including mitigated and unmitigated risk levels (high, moderate, or low), and 6. particular prior experience of offeror in the technology area. The Management portion shall include key personnel (include curriculum vitae), experience, facilities and a plan of action with milestones. The Cost portion shall include a cost breakdown of the effort being proposed. The effort should not exceed three years in length and the total cost should not exceed $1,500,000. White papers will be accepted for the above technical areas for a period of one year after the initial release of this announcement. Full Proposals: The due date for receipt of full proposals will be 30 days after the Government formally requests the proposal from the contractor. Full proposals shall consist of three separate sections, one for Technical, one for Management, and one for Cost. All sections shall reference the BAA number and include the offeror?s project titles. Titles given to the white papers/proposals should clearly indicate the technical area being proposed. Further details regarding the format requirements for full proposals will be sent with notification to submit the full proposal. It is anticipated that final award selections will be made no more than 60 days after submission of the final version of the proposal. The Government reserves the right to award contracts in response to this BAA 720 days after the date of this announcement. Evaluation of White Papers/Full Proposals: Evaluations will be conducted using the following selection criter ia, which are listed in descending order of importance: (1) overall scientific and technical merits; (2) the understanding of EOD requirements and the technical/scientific innovation and risk to solve the requirement; (3) proposed cost and fees; (4) potential for transition to fleet/field capability; (5) the offeror?s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; and (6) the qualifications, capabilities, and experience of the proposal Principal Investigator, team leader or key personnel who are critical in achieving the proposal objectives. It is anticipated that the Government will complete its evaluation of white papers no more than 45 days after receipt. The socio-economic merits of each proposal seeking a procurement contract will be evaluated in the context of the requirements described in this announcement. The evaluation process will consider 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 businesses, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation, 541710 (which corresponds with the standard industrial classification code of 8731), specifies a small business size standard of 500 employees or less. A Small Business Subcontracting Plan prepared in accordance with FAR 52.219-9 must accompany contract proposals (full proposals) that exceed $500,000 submitted by all but small businesses. Entities that must submit a Small Business Subcontracting Plan for contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and/or join others in submitting proposals. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or functionally separable areas of this technology for exclusive competition among these entities. Other BAA Information: This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Offerors should state in their proposals that it is submitted in response to BAA 03-006. Unless otherwise stated herein, no 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. The Government rese rves the right to select all, some, or none of the proposals received in response to this announcement. Awards to successful offerors may be made at any time throughout the 2 years following the date of this published announcement, based on funding availability and programmatic needs. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. The Government will not pay for proposal preparation costs. The cost of preparing proposals (including white papers and oral presentations) in response to this BAA is not allowable as a direct charge to any contract resulting from this BAA or to any other Government contract. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. For more information regarding technical matters, please conta ct: Eric Hoffman, Code 502, NAVEODTECHDIV, (301) 744-6850, ext. 261. For more information regarding contractual matters, please contact: Steven Clark, Code 1143F, NAVSEA IHD, (301) 744-6789.
 
Record
SN00346243-W 20030614/030612214551 (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.