Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2007 FBO #2012
SOLICITATION NOTICE

A -- Draft Broad Agency Announcement for Affordable Weapon Initiative.

Notice Date
5/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00019-07-R-0068
 
Archive Date
7/27/2009
 
Description
Anticipated Final BAA Posting Date: 12 June 2007 Pre-Proposal Conference: 26 June 2007 Response Date projected to be: 27 July 2007, no later than 2:00 PM Eastern Time This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). The complete draft BAA is listed at http://www.navair.navy.mil/doing_business/open_solicitations/index.cfm All associated documentation will also be posted at the above website. 1.0 Introduction: The NAVAIR Program Executive Office for Strike Weapons and Unmanned Aviation (PEO(W)) is soliciting proposals for Naval Strike Weapons Affordability Initiative. The objective of the affordability initiatives shall be to obtain transformational cost reduction advancements to existing and/or future sea-based Naval land attack strike weapons, and which can be demonstrated during the contract performance period. 1.1 PEO(W) will consider a range of proposals that address subsystems, components, software and architectures, which directly support existing and/or future sea-based Naval land attack strike weapons, but are limited to: airframes and airframe subsystems; aeronautical design and control subsystems (including actuators, lift, and control surfaces); navigation guidance and control subsystems (including Global Positioning System (GPS) and GPS denied navigation); electrical power and regulation subsystems (including batteries); certification; command, control and, communication subsystems (including over the horizon and datalink systems); targeting subsystems, sensors and seekers (including multi-mode and semi-active laser seekers ); radomes; energetics subsystems (including warheads, multi-effects warheads, fuzes, and safe-arm devices); propulsion (including air breathing engines, inlets, boosters, rockets, thrust-vector control systems, igniters, safe and arm systems); launch systems (including canisters, safe separation systems, bomb racks, and launch rails); fuel and fuel subsystems; Universal Armament Interface (UAI) implementation (platform/weapon); subsystems for a ?universal? precision guided munitions (PGM)launcher; and integrated logistics systems, processes, and components (including ?operator? and ?Depot? maintenance systems/processes, training, canisters, shipping containers, and other support equipment). 1.2 PEO(W) will not consider proposals that support or are directed at torpedoes and torpedo systems, Navy Sea-Shield Weapons and supporting systems, ground weapons, Theater Ballistic Missile Defense (TBMD) and TBMD supporting systems, satellite systems and their supporting systems, intercontinental and strategic systems and their supporting systems, and anything else not specifically listed in 1.1 above. 2.0 Program Goals: The Government plans to award approximately $15M in FY06 funding and $13.5M in FY07 funding. FY08 funds will be based on availability of funds. Multiple awards are anticipated from the FY06 funds. For Government programmatic flexibility, offeror(s) should segment their cost proposals into an initial 9-month (or shorter) phase, which explores and validates the technical feasibility and tactical utility of the concept, a second phase proposed as an optional effort leading toward demonstration of the proposal concept, and a potential option third phase leading to a demonstration/prototype engineering effort. The total effort including options should not exceed three years. Successful initial phases will have a greater likelihood of receiving funding for subsequent optional phases. 2.1 Phase I-Development Approach, Report Plan: This phase explores and validates the technical feasibility and tactical utility of the concept by providing a plan to successfully achieve phase II & III. The anticipated period of performance is for up to nine (9) months beginning approximately 1 September 2007. The contractor shall plan on one program review during this Phase. At the completion of this Phase the contractor shall update the ROI analysis provided in the original BAA proposal. An objective of this phase would be to reach Technical Readiness Level (TRL)3. TRL 3 is analytical and experimental critical function and/or characteristic proof-of-concept with limited functionality implementations and experiments with small representative data sets. Scientific feasibility is fully demonstrated. CDRL(s): A001, A002, A003, and A004 2.2 Potential Phase II (Option)-Transformation: This phase leads towards the demonstration of the proposed concept. Efforts under the second phase of this program must be identified as options. The option may be exercised approximately two (2) months after completion of the previous phase. The contractor shall plan on two program reviews during this Phase. At the completion of this Phase the contractor shall update the ROI analysis provided in Phase I. Contractors shall reach the TRL 4 threshold with an objective of reaching TRL 6. TRL 4 is module and/or subsystem validation in laboratory environment, stand alone prototype implementations and experiments with full scale problems or data sets. TRL 6 is system/subsystem prototype demonstration in a relevant end-to-end environment. Prototype implementations on full scale realistic problems. Partially integrated with existing hardware/software systems. Limited documentation available. Engineering feasibility is fully demonstrated. CDRL(s): A001, A002, A003, and A004 2.3 Potential Phase III (Option)-Initial Integration: This phase leads to the initial integration efforts on the specific platform or other applied engineering phase. If proposed and incorporated in the base as a priced option, the option may be exercised approximately two (2) months after completion of the previous phase. The contractor shall plan on two program reviews during this Phase. At the completion of this Phase the contractor shall update the ROI analysis provided in Phase II. Contractors shall reach the TRL 6 threshold with an objective of reaching TRL 7. TRL 6 is system/subsystem prototype demonstration in a relevant end-to-end environment. Prototype implementations on full scale realistic problems. Partially integrated with existing hardware/software systems. Limited documentation available. Engineering feasibility is fully demonstrated. TRL 7 is system prototype demonstration in high-fidelity environment (parallel or shadow mode operation. CDRL(s): A001, A002, A003, and A004 3.0 Contracts: Teaming is encouraged provided it does not result in any anti-competitive teaming arrangements. An offeror may submit more than one proposal. Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals; however, no portion of this BAA will be set aside for Small Business. Pursuant to the requirements of FAR 19.702(a)(1), if proposal total exceeds $550,000, large businesses will be required to include a Small Business Subcontracting Plan with their proposal package. Proposals from US government entities, federally funded research and development centers (FFRDCs), and other offerors who are proposing additional work under existing task order contracts will not be considered under this BAA. 3.1 Number of Awards: NAVAIR anticipates conducting a single round of proposal receipt, evaluation, selection, and award. Upon completion of the evaluation of all offers, the offerors will be notified that (1) the proposal has been selected for funding pending contract negotiations, or (2) the proposal has not been selected. One copy of each non-selected proposal will be retained for the files. Any additional copies of non-selected proposals will be destroyed upon non-selection. Awards under this BAA will be made to offerors on the basis of the evaluation criteria below, providing the best value to the Government. Awards will be subject to the availability of funds. Awards, including options, will be accomplished on a Firm Fixed Price (FFP) basis. Phases after Phase I will be FFP options, with pricing based on the cost proposal. A price for options beyond Phase I must be included or the options will not be considered. The Government reserves the right to select for award all, some, or none of the proposals received. 3.2 Deliverables: See Contract Data Requirement Lists (CDRLs): A001, A002, A003, & A004 4.0 Pre-Proposal Conference Details: The Daugherty Conference Center, 22111 Three Notch Road, Lexington Park, MD, 26 June 2007, 1300-1700. Questions concerning this BAA should be submitted to the Contracting Officer, Mr. Rene Thompson to the contracting office address above or via email to Rene.Thompson@navy.mil, by COB 22 June 2007. 5.0 Proposals: 5.1 General Instructions: In order to be considered for an award, proposals (consisting of Volume I, II and III) must be received no later than 2:00 pm Eastern time on 27 July 2007. Proposals received after the closing date will not be reviewed or evaluated. Proposals shall be prepared in the English language. All pages shall be printable on 8 1/2 by 11 inch paper with type not smaller than 12 point. Offers shall submit one (1) signed original, five (5) copies, paper and digital. The digital copies are to be on CD-ROMs in Microsoft Office format. Mail response to the DEPARTMENT OF THE NAVY, COMMANDER, ATTN: Tammy Jackson AIR 2.4.1.4.6, BLDG 2272 STE 256, NAVAIR, Patuxent River, MD 20670-1547. Information or data deemed proprietary by the author should be clearly marked. Offerors that intend to include classified information or data as part of their proposals shall submit an unclassified proposal referring to a classified annex. Proposal shall not include clasified information higher that secret. The offeror should contact the Technical POC, Stephen Kracinovich at (301) 757-6338, for guidance on submitting the classified annex. 5.2 Volume I-Technical: The technical volume shall consist of a cover sheet, an abstract, and three (3) Sections, Sections I,II, and III. The Cover Sheet shall identify the BAA number; proposal title; offeror's number (if any); lead organization submitting the proposal; type of business (large, small, educational institution, other not-for-profit or non-profit, etc.); other team members (if applicable) and their types of business; technical point(s) of contact; and administrative point(s) of contact. The abstract shall consist of a 150-200 word unclassified synopsis of the effort proposed. Section I is a summary of the proposal to be identified in Section II. Section II is a detailed proposal, this section should provide a detailed discussion of the proposed work to enable an in-depth review of all technical and management issues. This section should address the risks, approach, manufacturing readiness, and payoffs of the proposed effort. For each phase/option your proposal should provide: (1) The offeror shall describe and explain how the return on investment (ROI) estimate offered in the proposal was supported. (2) A description of the intended results of the proposed work of the effort and the expected benefits compared to the current state-of-the-art and alternative approaches. (3) A detailed description of the technical issues, the proposed approach, its basis, and a comparison with other ongoing efforts showing both the advantages and disadvantages. (4) Innovative claims for the proposed research including all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated. (5) A Statement of Work (SOW) for each phase/option that describes the scope of the effort, the schedule, specific tasks, milestones, and deliverables for the effort. (6) A description of the proposed approach to management of the project including an organizational chart showing reporting relationships, statements of the responsibilities of the team members, and the teaming strategy. (7) A description of the experience and capabilities of the offeror, each team member, and key personnel; a description of their capability to carry out further development and production; and a description of the facilities and equipment that would be used for the proposed effort. (8) A description of plans and capabilities to accomplish technology transition. (9) How the offeror plans to manage technical risk shall be described. (10) How the offeror plans to manage manufacturing risk shall be described. (11) Offeror?s Small Business Utilization will also be reviewed. (12) Any information required regarding Human Use in Research (see Section 8.0). The maximum total length of Sections I and II, together with any figures, tables, and/or charts, or classified annex, is limited to a maximum forty (40) pages. Section III shall contain all affirmations relative to NAVAIR's Organizational Conflict of Interest requirements. In addition, this section may provide a bibliography of relevant technical papers and research notes (published and unpublished), which document the technical ideas upon which the proposal is based; however, PEO(W) is under no obligation to review and evaluate the papers. Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any NAVAIR technical office(s) through either: (1) an active NAVAIR contract or subcontract; or (2) an active contract or subcontract administered on NAVAIR's behalf by another Government agent. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then the offeror shall so state in the affirmation. There is no page limit on Section III. 5.3 Volume II-Cost: The cost volume shall consist of a cover sheet and two (2) sections, Sections I and II. There are no limitation to the number of pages of the Cost volume. The Cover Sheet shall identify the name and address of the offeror (include zip code); name, title, and telephone number of the offeror's business POC; recommended award instrument; place(s) and period(s) of performance; total proposed cost, separated by basic award and option(s) (if any); DUNS, TIN, CAGE CODE; date of proposal; name, address, and telephone number of the offeror's cognizant Defense Contract Management Agency (DCMA) administrative office (if known); and name, address, and telephone number of the offeror's cognizant Defense Contract Audit Agency (DCAA) audit office (if known). Section I is a detailed Cost Breakdown. Each phase/option of this section shall include: (1) Total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead charges, etc.) for each major program task and for each phase. (2) An itemization of major subcontracts and equipment purchases. (3) A summary showing by month the total projected cost. (4) A description of cost estimating methods. (5) A schedule of the estimated cost for each major task in each phase/option. Section II - Supporting Cost and Pricing Information. For each phase/option of the proposal provide supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in Section I of the cost proposal. Costs for individual subcontracts having 20% or more of the value of the work must be substantiated to the same level of detail as the costs of the offeror. 5.4 Volume III-Past Performance: The past performance volume is limited to a maximum of ten pages and shall summarize the offeror?s relevant research, experience, organizational capabilities and subject matter expertise. 6.0 Evaluation Criteria: 7.0 Data Rights: The Government retains Government Purpose License Rights for all elements delivered under this BAA. In the technical summary section of the proposal, offerors must identify all data to be delivered under this BAA to which to the Government will not have Government Purpose License Rights and, in the case of shared data rights, offerors must define the Government?s rights. Appropriate FAR and DFAR data rights clauses shall be included in the final contract(s). 8.0 HUMAN USE IN RESEARCH: Proposals selected for funding are required to comply with the provisions of the Common Rule (32 CFR 219) on the protection of human subjects in research (www.dtic.mil/biosys/downloads/32cfr219.pdf) and Department of Defense Directive 3216.2 (www.dtic.mil/whs/directives/corres/html2/d32162x.htm). All proposals that involve the use of human subjects are required to include documentation of their ability to follow federal guidelines for the protection of human subjects. This includes, but is not limited to, protocol approval mechanisms, approved Institutional Review Boards (IRB), and Federal Wide Assurances. These requirements are based on expected human use issues sometime during the entire length of the proposed effort. For proposals involving "greater than minimal risk" to human subjects within the first year of the project, performers must provide evidence of protocol submission to a federally approved IRB at the time of proposal submission to NAVAIR. For proposals that are forecasted to involve "greater than minimal risk" after the first year, a discussion on how and when the proposer will comply with submission to a federally approved IRB needs to be provided in the submission. More information on applicable federal regulations can be found at the Department of Health and Human Services - Office of Human Research Protections website (http://www.dhhs.gov/ohrp). 9.0 Important Information: Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://www.ccr.gov/index.cfm. All invoicing will be in accordance with NAVAIR Clause 5252.232-9513 INVOICING INSTRUCTIONS AND PAYMENT (Wide Area Work Flow (WAWF) Instructions)(Oct 2006)
 
Record
SN01304832-W 20070531/070529220835 (fbodaily.com)
 
Source
FedBizOpps 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.