Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2003 FBO #0705
SOLICITATION NOTICE

A -- Broad Agency Announcement for Extended Range Munition Demonstration

Notice Date
10/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002404R4302
 
Response Due
12/18/2003
 
Archive Date
1/17/2004
 
Point of Contact
Pamela Franzel 202/781-2866 Pamela Franzel, Contract Specialist, 202/781-2866/ Richard Swieter, Contracting Officer, 202/781-3946!!
 
Description
Background: The success of the war-fighting concepts of the Navy (Forward From the Sea) and the Marine Corps (Operational Maneuver From the Sea) requires the support of improved Naval Surface Fire Support capabilities. Whether from close range or from over-the-horizon, these improved capabilities must support future amphibious operations and joint land battle scenarios. A critical element in achieving these goals is the development of long range, low cost, lethal projectiles. One such program currently under development to meet this need is the Extended Range Guided Munition program. Program Objective: The Naval Sea Systems Command (NAVSEA) is soliciting proposals from qualified Offerors for the demonstration of alternative precision-guided munition concepts capable of being fired from the Navy MK 45 gun system by the end of September 2005. Specifically, NAVSEA seeks innova tive concepts for all weather, day/night alternative gun-launched projectiles capable of operation in the Mk 45 Mod 4 (required) and Mod 2 (desired) guns. For the top-level key lethality and performance parameters for the projectile, see the attached Proposer Information Packet (PIP), Solicitation Number BAA N00024-04-R-4302. The contractor is responsible for all aspects of the demonstration effort including, development/acquisition of propelling charge, arrangement of test facilities and activities, as well as any associated Government support. It is expected that the demonstration process will include subcomponent tests and all-up-round (AUR) tests. The subcomponent tests should be utilized to verify suitability for AUR integration and tests. The AUR flight tests should demonstrate that the design concept meets as many Key Parameters (long range, medium range, minimum range, jammed and unjammed environments, lethality, etc.) as possible. The Navy also desires a telemetry system integral to the round to limit the number of test configurations. Mk 45 gun system interface verification tests are required with the Mod 4 gun system - this is to include round initialization tests to support system rate of fire requirements. Global Positioning System/Inertial Navigation System concepts must use Selected Availability Anti-Spoofing Module receivers with Black Keys. The knowledge, use, and implementation of NATO standardization agreements (STANAGs) and Allied Ordnance Publications (AOPs) in supporting the design and demonstration effort will be looked upon favorably. The contractor is not required to assess barrel wear issues attributable to the projectile and/or propellant charge; however, this is a key parameter so the Government will perform barrel wear an alysis of the Contractor's design during the demonstration effort. Contractors must keep in mind that, even though they are not required to perform the analysis, their proposed concept will be evaluated with respect to barrel wear. A major goal of this BAA is to demonstrate low cost alternative guided projectiles. The Navy requires an affordable projectile - one that costs $35,000 or less per unit, including the cost of the propelling charge; the unit cost objective is $15,000. ACQUISITION INFORMATION: Offerors are free to team with any entity, including Federal and Department of Defense Laboratories. If an Offeror intends to team with a Federal entity, it should include a copy of the teaming arrangement or a signed commitment letter along with a description of the tasks the federal entity will perform and the costs associated with those tasks. The work to be performed u nder this BAA requires access to classified data and a facility with a clearance level of Secret. SOME INFORMATION CRITICAL TO PERFOMANCE OF WORK UNDER THIS BAA IS SECRET AND/OR NOFORN AND/OR SUBJECT TO THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C. SEC. 2751 ET SEQ). Accordingly, the Government will not release the associated technical data to any parties not meeting the security requirements. The Government is seeking participation from the widest number of Offerors. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals or to team with others in submitting proposals; however, no portion of this BAA is set-aside for HBCU and MI participation, due to the impracticality of reserving discrete or severable areas of technology for exclusive competition among these entities. Within the meaning of Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement and the PIP constitute the NAVSEA solicitation for this BAA. The Government intends to select for award the proposal(s) which overall represent a balanced approach to the technical concept, risk and proposed cost. The Government considers technical to be significantly more important than cost. Evaluation of proposals will be accomplished through a technical review of each proposal considering the following general criteria, listed in descending order of importance: a) Scientific and technical merit, b) Offeror qualifications, c) Past performance and d) Cost. Specific criteria for each category can be found in the PIP. The Government reserves the right to select for award all, some, none of the proposals or a portion of a proposed effort received in response to this announcement. The Government anticipates award of tra ditional FAR/DFAR contracts; however Offerors are free to propose other contracting methods, including Other Transactions. PROPOSAL SUBMISSION: Proposals are due by 1400 EST December 18, 2003. Offerors must obtain the BAA N00024-04-R-4302 PIP, which provides further technical and administrative detail for the BAA including specific performance requirements, evaluation criteria, and format for proposals. Proposals not meeting the specified format described in the PIP will not be considered for award. Questions regarding this BAA or the PIP should be directed to the NAVSEA contractual point of contact, preferably through e-mail. The Government shall not be liable for the cost of proposal preparation and submission. Proposals shall be submitted in accordance with this announcement and the PIP. There will be no other solicitation issued in regard to this requirement. Offer ors should be alert for any BAA amendments or notices that may be published at the Federal Business Opportunities web site. SPONSOR: Naval Sea Systems Command, 1333 Isaac Hull Ave, SE, Washington Navy Yard, DC 20376-2030. Contracting Officer: Richard Swieter, Telephone (202) 781-3946, E-mail swieterrl@navsea.navy.mil. Contract Specialist: Pamela Franzel, Telephone (202) 781-2866, E- mail franzelpr@navsea.navy.mil, facsimile (202) 781-4637. *****
 
Record
SN00463118-W 20031102/031031213424 (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.