Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SPECIAL NOTICE

99 -- BROAD AGENCY ANNOUNCEMENT (BAA) ? TORPEDO ADVANCED PROCESSOR BUILD

Notice Date
6/24/2004
 
Notice Type
Special Notice
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
DON-SNOTE-040624-001
 
Archive Date
9/19/2004
 
Description
This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. N00024-04-R-6162: This publication constitutes a Broad Agency Announcement (BAA) as described in Federal Acquisition Regulation (FAR) 6.102(d)(2). Any resulting contractual agreements based on responses to the BAA are considered to be the result of full and open competition in full compliance with the provisions of Public Law (PL) 98-369, ?The Competition in Contracting Act of 1984.? A formal Request for Propo sals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. The North American Industry Classification System (NAICS) code for this announcement is 541710 with a small business size standard of 500. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for award all, some or none of the proposals in response to this announcement. NAVSEA reserves the right to fund all, some or none of the proposals received under this BAA. NAVSEA provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. Undersea Weapons Program Office (PMS404), Washington Navy Yard, Washington DC, is soliciting for research proposals that will aggressively incorpor ate flexible, affordable, and innovative torpedo signal processing control beyond its current baseline. The mission of the Torpedo Advanced Processor Build (APB) Program is to address rapidly changing technology and constantly evolving threats necessitating the need to redefine the methodology for producing torpedo modifications. The need to identify weapon system shortfalls, select the best solutions, and establish proper feedback processes and tools to enable a data-driven, build-test-build approach to continually improve system performance is crucial. Primarily, the project?s scope will be defined by the development of torpedo signal processing algorithms involving signal processing, signal detection, signal classification and waveform design. The project will also address Weapon Control improvements and support tasks including combat system interface, communication in terface control, transmit waveform control and internal torpedo communication functions. These tasks support the overall torpedo functionality. The endstate to the proposed Torpedo APB Program will be the ability to maintain our undersea weapon advantage and thus ensuring maritime access and battle space superiority. As an introduction to this new process, the Government will host a classified, to the Secret level, Torpedo APB Program and Related Topics Industry Day. Interested representatives of Government and Industry are encouraged to attend on Wednesday, 21 July 2004. No foreign participation is allowed. The briefing will be held at the Naval Undersea Warfare Center (NUWC) Division Newport from 8am until 5pm. General questions about Industry Day should be addressed to Mark Campbell at (401) 832-8080 and detailed questions concerning this BAA or the Torpedo APB progr am must be submitted electronically to Richard D. Braendel II, SEA 02613B, at BraendelR@navsea.navy.mil. Organizations wishing to send representatives should register via e-mail, by fax or in writing to the following addresses: Email: campbellma@npt.nuwc.navy.mil Fax: (401) 832-1134 Naval Undersea Warfare Center Division Newport Mark Campbell Code 8191, Building 990/2 1176 Howell Street Newport, RI 02841-1708 Information regarding security clearance/visit request and hotel information can be found at: http://www.npt.nuwc.navy.mil under Visitor Information. Attendance is limited to persons who have registered and have approved security clearances in place. Registration requests and security clearance/visitor requests should be received not later than 8 July 2004. Registration requests will be confirmed by 15 July 2004. The scope of this Broad Agency Annou ncement (BAA) and the proposals solicited are limited and will be used for identifying innovative algorithm processing techniques for future detailed development. The Navy intends to award up to three (3) preliminary Cost Plus Fixed Fee (CPFF) studies, not-to-exceed (NTE) $100K each, from a total BAA budget of $300K. However, the Navy reserves the right to award more, less or no studies as a result of this BAA. Awards will be based on the merits of the proposals as evaluated by the Torpedo APB evaluation team. Depending upon the success of the studies the potential exists for follow-on development contract awards. Below is an agenda and list of principle speakers for the 21 July 2004 Torpedo Advanced Processor Build (APB) Industry Day: Torpedo APB Process Overview: CAPT V. Hutton (PMS 404) BAA Description: M. Alperi (PMS 404E), R. Braendel (SEA 02613B) Curre nt Torpedo Performance and Shortfalls: M. Prashaw (NUWC 81) Signal Processing Working Group (SPWG): M. Medeiros (NUWCNPT) Weapon Control Working Group (WCWG): L. Sheckler (ARL/PSU) H/W Modernization Working Group (HMWG): B. Sandman (NUWCNPT) Torpedo Development Working Group (TDWG): R. Bonin (NUWC 03) Decision Points & Exit Criteria Questions (round table): Torpedo APB Chairs PMS404 Summary: CAPT V. Hutton (PMS 404) Demonstrations: Signal Processing Emulator: NUWC Technology Requirements Model (TRM): ARL/PSU Weapon Analysis Facility (WAF): NUWC Below is the Torpedo APB plan for contract award: Milestone Schedule Planned Date BAA Released 6/24/04 Industry Day 7/21/04 Proposals Received 8/19/04 Award Notifications 9/13/04 Contract Award 10/12/04 Proposed efforts may address specific areas or components where offerors wis h 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. This BAA will be open on 24 June 2004 and close on 19 August 2004. Proposals may be submitted at any time during this period, but must be received no later than 3:00pm EST on 19 August 2004. Early submission of proposals is desirable and encouraged. The Navy desires initial award no later than 12 October 2004. Proposed studies should identify innovative solutions, technologies, cost drivers, and development approaches within six (6) months from contract 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 Univer sities (HBCU) and Minority Institutions are encouraged to participate; however, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of Naval Undersea Weaponry technology for exclusive competition among these entities. Proposals should be submitted to the Cognizant Contracting Activity as identified below: Commander Naval Sea Systems Command Attn: Richard D. Braendel II, SEA 02613B BLDG 197, 5W-2133 1333 Isaac Hull Ave, S.E. Washington Navy Yard, D.C. 20376 BAA N00024-04-R-6121 Attn: Richard D. Braendel II, 02613B Phone: 202-781-0481 DO NOT OPEN IN MAIL ROOM Contracting Point-of-Contact is Richard D. Braendel II, telephone (202) 781-0481, facsimile (202) 781-4654 and e-mail BraendelR@navsea.navy.mil. NAVSEA is located at the Washington Navy Yard (WNY) where access is strictly limited in accordance with Naval District Washington (NDW) security regulations. It is recommended that proposals be mailed in accordance with the BAA instructions. In the event you prefer to hand carry your proposal, ensure adequate time has been allowed by your representative to accommodate the additional security procedures. Detention at a NDW gate or failure to adhere to the procedures provided herein will not be considered an exception to timely proposal delivery. Offerors hand carrying proposals shall call the contracting officer or contract specialist at least 48 hours prior to arriving at the WNY to make arrangements. Offerors can enter the WNY via the First Street Gate off M Street SE. Vehicles entering NDW are subject to random searches. Visitors shall turn left onto Tingey Avenue at the end of the Southeast Federal Center at the second guard shack, sh ow picture ID and follow Tingey Avenue until you have reached the last building on the right, Bldg 197. Just before reaching another guard shack and before the end of Bldg 197, you will see a loading dock directly across from the NDW Police Station. Please pull into this loading dock area and notify your point of contact. Packages should not be sealed as they are subject to inspection. Classified material shall be prepared in accordance with current security requirements. The contracting officer or contract specialist may receive the proposal and provide the Offeror a receipt with the time and date of delivery. All offerors shall mark each package with the name of the contracting officer and the contract specialist, their codes and phone numbers. Any proposal, modification, or revision, that is received at the designated Government office after the exact time specif ied for receipt of proposals is ?late? and will not be considered unless: (a) If it was transmitted through an electronic commerce method authorized by the announcement, it was received at the initial point of entry to the Government infrastructure not later than 3:00 p.m. one working day prior to the date specified for receipt of proposals; or (b) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government?s control prior to the time set for receipt of proposals; or (c) It was the only proposal received. However, a late modification of an otherwise timely and successful proposal that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. Acceptable evidence to establish the time of receipt at the Govern ment installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the Government office designated for receipt of proposals by the exact time specified in the announcement, and urgent Government requirements preclude amendment of the announcement closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the announcement on the first work day on which normal Government processes resume. The contracting officer must promptly notify any offeror if its proposal, modifications, or revision was received late and must inform the offeror whether i ts proposal will be considered. NOTE: FULL PROPOSALS SENT BY FAX OR E MAIL WILL NOT BE CONSIDERED. The Government?s rights in Proposals shall be in accordance with DFARS 252.227-7016, Rights in Bid or Proposal Information (Jun 1995), available at http://www.acq.osd.mil/dp/dars/dfars/html/r20040101/252.227-7016. Offerors must submit their technical proposals (10 paper copies and 1 electronic copy using Microsoft Suite) and cost proposals (3 paper copies and 1 electronic copy using Microsoft Suite) within the time period as stated above. The technical and cost proposals must be provided as separate volumes; no cost information shall appear in the technical proposal and no technical information shall appear in the cost proposal. Offerors may submit proposals on any or all areas of interest. The Government reserves the right to select all, some, or none of the propos als 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 address technical and cost/price. Although length is not specified, succinct proposals are desired. Proposals shall include the following sections, each starting on a new page: A. A cover page, including proposal title, technical, cost and administrative points-of-contact along with the telephone and facsimile numbers and email addresses, followed by a letter signed by the authorized officer specifying the proposal validity period (at least 365 days). B. A one-page overview of the proposed processing improvement and/or concepts as well as any innovative claims for the proposed research, and how they wi ll contribute to Torpedo APB and support the objectives of improving signal processing control. C. A one-page summary of the deliverables and schedule including data associated with the proposed research. D. 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. E. Technical arguments that substantiate claims made in the overview (proposal section B) and a technical approach description consistent with the deliverables and schedule (proposal section C). Technical arguments should also address any major risk areas. F. A description of the results, products, and transferable technology expected from the contract. Include details on any proprietary information, restrictive data rights provisions or limited distribution of data. G. A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas and previous cost and schedule performance. In order that the Government may verify this information offerors shall include in their proposals points-of-contact by name, title, and phone number. H. A detailed breakdown and summary of cost and price for the effort. The Offeror shall provide the number of proposed hours by labor category, all direct labor and indirect rates, a breakdown of any material costs proposed, and the proposed fee. The Offeror shall also provide a point of contact, to include name, title, phone number and email address, at their cognizant Defense Contract Management Agency (DCMA) and Defense Contract Audit Agency (DCAA). The evaluation of proposals will be performed by the cognizant Program Officer and other naval and defense activities/agencies personnel, including the Naval Undersea Warfare Center (NUWC) Newport division, as needed. All evaluation team members will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. Due to NUWC Newport?s participation in the evaluation of proposals, and in order to avoid any potential conflicts of interest, proposals from the Naval Undersea Warfare Center will not be accepted or considered for award. Evaluation of proposals will be based on the following criteria: To what degree does the proposal demon strate potential for improving signal and weapon processing control beyond the current torpedo processing baseline (Block IV)? Can the proposed study/development be completed in time to support the Torpedo APB schedule? What is the probability that the proposed study effort will meet the objectives stated in the Offeror?s proposal? Does the proposed study effort appear to be realistically achievable with the funds requested? To what degree will the benefits of the proposed study effort be limited by restrictive data rights provisions or limited distribution of data? What has been the Offeror?s past performance in signal processing algorithm enhancements and weapon control improvements? These criteria are in descending order of importance for evaluation purposes with the first three being significantly more important than the other evaluation criteria. At th e conclusion of the evaluation, Offeror(s) will be notified, as applicable, that: 1) its proposal has been accepted for negotiation, 2) its proposal has been accepted pending the availability of funds, or 3) its proposal has not been accepted. NAVSEA will retain and file one copy of non-accepted proposals; all other copies of non-accepted proposals will be destroyed. Those proposals accepted pending the availability of funds may be considered for funding for up to twelve months after the closing date of this BAA. Not all proposals evaluated as acceptable will be funded. Decisions to fund acceptable proposals will be based on funds available and the evaluation criteria set forth in this document. Point of Contact: Richard D. Braendel II, SEA 02613B, 202-781-0481, Email: BraendelR@NAVSEA.NAVY.MIL; Contracting Officer: Cindy R. Shaver, SEA 0261, 202-781-3932, Email: Shave rCR@NAVSEA.NAVY.MIL
 
Record
SN00609738-W 20040626/040624212515 (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.