Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2008 FBO #2258
SOLICITATION NOTICE

A -- Broad Agency Announcement for cooperative science, technology, research and development opportunities in Naval and Marine Machinery

Notice Date
1/30/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016708BAA02
 
Response Due
1/30/2009
 
Archive Date
1/30/2009
 
Point of Contact
James E. Burns 215-897-7926 Catherine L. Rowe, 301-227-1100
 
E-Mail Address
Email your questions to Catherine L. Rowe
(catherine.l.rowe@navy.mil)
 
Description
I. ADMINISTRATIVE INFORMATION This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. This announcement will remain open for approximately one year from the date of publication or until replaced by a successor BAA. Initial responses to this announcement must be in the form of White Papers, as detailed in Section V. 2.1. Proposals shall be requested only from those offerors selected as a result of the scientific review of the White Papers made in accordance with the evaluation criteria detailed in Section VI.1. White Papers may be submitted one year from the date of release in Federal Business Opportunities. The Naval Surface Warfare Center Carderock Division (NSWCCD) will not issue paper copies of this announcement. NSWCCD reserves the right to select for proposal submission all, some or none from among the white papers submitted in response to this announcement. For those who are requested to submit proposals, NSWCCD reserves the right to award all, some or none of the proposals received under this BAA. NSWCCD provides no funding for direct reimbursement of costs associated with preparation of the white paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NSWCCD to treat all white papers/ proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. II. GENERAL INFORMATION 1. Response Date - This BAA will remain open for one year from the date of publication or until replaced by a successor BAA. White Papers may be submitted any time during this period. 2. Research Opportunity Description - The NSWCCD Machinery Research and Engineering Directorate (Code 90), is interested in White Papers for long and short term Science and Technology (S&T) and Research and Development (R&D) projects which offer potential for advancement and improvements of Naval machinery operations and the scientific knowledge necessary to create such advancements. The Government provides technology development, acquisition support, and life cycle management for vital machinery systems and equipment which enable all Navy ships to meet performance and mission requirements for mobility, crew systems support, and combat system??s interfaces. This is achieved by, working with industry and academia partners, and employing modern laboratories and research equipment to develop and validate fundamental concepts necessary for the transition of new technologies into naval machinery applications. Our mission is central to the continued effectiveness of the Navy by ensuring that newly emerging technologies are operationally ready, affordable, survivable, and environmentally compliant. The Scientific and Technology/Research and Development functions include: mechanical and electrical power and propulsion systems; auxiliary machinery systems; hull, deck and habitability machinery systems; machinery automation, controls, sensors, and network systems; and machinery integrated logistics systems and procedures. In their application, these products and their management over the life cycle greatly influence the viability of operation and the affordability of naval platforms. Our work is focused on providing the present and future Navy with systems that meet stated or implicit requirements for: new or extended depth, range, speed, and better control; quicker or more responsive action; quieter operation; greater life; higher reliability; and improved safety. The areas of focus for White Papers and Proposals submitted in response to this BAA should include, but are not limited to, the following machinery systems and components areas: Integrated Electric Power Systems - The development, implementation and demonstration of future electric power, emphasizing shipboard power distribution and control; power quality/continuity and system stability; electric power system/component level modeling and simulation; and electrical system survivability. Power generation, transmission, distribution, & conversion Power system control Power quality Pulsed power systems Energy storage systems Weapon effect analysis Shipboard integration Power continuity Systems engineering Advanced distribution architecture Modeling and simulation analysis Design and trade-off studies Electric Propulsion and Machinery Systems - The research and development of quiet electric drive technologies, including electroacoustics; large-scale electric machine energy transfer via advanced brush/current collectors; integrated ship electric power technologies; advanced electro-mechanical actuators and linear motors; and electric machinery energy storage technologies. Energy storage devices Electric propulsion motors Electric motors Machinery design and development Electroacoustics Current collectors Cryogenics Modeling and simulation analysis Electric Actuators Propulsion motor drives Ship service generators Machinery systems evaluation Design and trade-off studies Magnetics Superconductivity Power Electronic Components and Devices - The research and development, simulation and prototyping of electrical systems power semiconductors (including application guidance/device characterization) and power conversion devices; linear and rotary motor drives; solid state/electromechanical circuit breakers; and microprocessor control for electric power systems. Power converters Semiconductors Motor controllers Device development Thermal management System protection components Modeling and simulation analysis Design and trade-off studies Manufacturing Alternate Energy Sources and Power Systems - The research and development of advanced power generation and transmission systems such as engines, fuel cells, batteries, and alternative energy and power sources; gears, shafting, bearings and associated components which provide the transmission of power for mobility, range, and endurance for ships, submarines and watercraft. Gas turbine engines Fuel cells Energy conservation Diesel engines Engine emissions Hybrid Cycles Thermal and Auxiliary Systems - The research and development of alternative cooling technologies, advanced pumps, composite machinery, fluid systems, desalination equipment, piping structures, heat exchangers, hydraulic systems, advanced ventilation fans, and air conditioning/ refrigeration equipment. Reverse osmosis desalination Advanced heat exchangers Advanced actuators Thermal analysis Biofouling control Climate control systems Alternative cooling systems Modeling & Simulation Machinery Automation and Control Systems The development, demonstration, and implementation of automation and control technologies to reduce ownership costs by replacing personnel with dependable and survivable automated shipboard machinery and electrical systems. Included are the machinery architecture concepts, modeling and simulation tools, control algorithms, and advanced sensors. Advanced architectures Advanced sensor development Control systems simulation and modeling Robotics Distributed control networks Automated system reconfiguration Machinery Acoustic Silencing Systems - The development of technologies to control machinery acoustic noise generation at the source as well as noise transmission to the ship??s hull. Included are quiet pumps and compressors, electric motor acoustic & electromagnetic modeling, acoustic filter development, transient noise analysis, machinery system noise prediction, weapons delivery and launch acoustics, fluid system acoustic analysis, and main propulsion unit acoustics & electromagnetics. Instrumentation and measurement techniques for acoustic characterization of machinery, components, and structures are also developed. Auxiliary component source silencing Isolation mount development Fluid system acoustic analysis Machinery airborne noise control Weapons handling and launch system silencing Advanced sound isolation couplings Ventilation system silencing Damping treatments System noise modeling COTS equipment silencing Modeling & Simulation Ship's Logistics and Maintenance Systems and Processes - The research, development, and implementation of future ship logistics and maintenance systems and processes, emphasizing support of the future littoral positioned ships in minimally manned configurations, under heavily constrained operating budgets, in extended deployments, and under reduced maintenance and resupply availabilities. Material, corrosion mitigation, e-business, information and knowledge management, web-based, asset management, wireless, open architecture, documentation management, and Condition Based Maintenance (CBM) concepts and solutions are being sought. Advanced Logistics Analysis Advanced Open Systems Architectures Modeling and simulation analysis Process design and business case analyses Automated Mission Readiness Assessment Technologies Data mining technologies Self-healing systems Corrosion monitoring and mitigation Advance Integrated Maintenance and Logistics Information Systems Wireless sensors and networking Virtual training systems Tele-maintenance and remote repair technologies Advanced diagnostics and prognostics Automated maintenance prescription and execution Semantic and Case based reasoning systems Decision Support Systems Ontology and software agent design Material Movement modeling and studies Virtual Warehousing and material distribution technologies Prior to preparing White Papers/Proposals, potential offerors are strongly encouraged to contact the NSWCCD technical points of contact identified below to determine the interest in the proposal topic. 3. Point(s) of Contact-Questions of a technical nature should be submitted to Mr. James Burns, Code 911, on 215-897-7926 or email at james.e.burns@navy.mil. Questions related to procurement issues shall be addressed to Lynn Rowe, Code 3322 on 301-227-1100 or email at catherine.l.rowe@navy.mil. III. AWARD INFORMATION The amount and period of performance of each selected proposal will vary depending on the research area and the technical approach to be pursued by the selected offeror. IV. ELIGIBILITY INFORMATION All responsible sources from academia and industry may submit white papers under this BAA. Academic institutions, including Historically Black College and Universities (HBCUs) and Minority Institutions (MIs), are encouraged to submit white papers or join others in submitting white papers under this BAA. V. APPLICATION AND SUBMISSION INFORMATION 1. Application and Submission Process ??White Papers?? are desired by NSWCCD in response to this solicitation. Those offerors with white papers considered to have merit will be requested to prepare full proposals for the planned effort as specified under Section 2.2 below. 2. General Information for Content and Format of White Papers/Full Proposals - The white papers/proposals submitted under this BAA are expected to be unclassified. However, confidential/classified proposals are permitted. The proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207(b), applicable law, and DoD/DoN regulations. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. 2.1. White Papers 2.1.1 White Paper Format Paper Size ?V 8.5 x 11 inch paper Margins ?V 1?? inch Spacing ?V single or double-spaced Font ?V Times New Roman, 12 point Page Limit ?V shall not exceed 3 pages Copies ?V one (1) original and one electronic copy on a 3.5?? Diskette or CD-ROM, (in Microsoft?? Word or Excel compatible or .PDF format). 2.1.2 White Paper Content 2.1.2.1 Cover Page The Cover Page shall be labeled ??PROPOSAL WHITE PAPER,?? and shall include the BAA number, proposed title, technical points of contact, with telephone number, facsimile number, and e-mail address. 2.1.2.2 Technical Concept The Technical Concept shall include a description of the technology innovation and technical risk areas. This section also includes a description of the potential Naval relevance and contributions of the proposed effort to the specific mission of the NSWCCD Machinery Research and Engineering Directorate. This section may include a plan for demonstrating and evaluating the operational effectiveness of the Offeror??s proposed products or processes in field experiments and/or tests in a simulated environment. 2.2 Full Proposals 2.2.1 Full Proposal Format (Volume 1 - Technical and Volume 2 - Cost Proposal) Paper Size ?V 8.5 x 11 inch paper Margins ?V 1?? inch Spacing ?V single or double-spaced Font ?V Times New Roman, 12 point Page Limit ?V Volume 1 shall not exceed 50 pages (excluding resumes). There are no page limitations to Volume 2. Copies ?V one (1) original and one electronic copy on a 3.5?? Diskette or CD-ROM, (in Microsoft?? Word or Excel compatible or .PDF format). 2.2.2 Full Proposal Content 2.2.2.1 Volume 1: Technical Proposal Each section of the Technical Proposal must start on a new page. 2.2.2.1.1 Cover Page This must include the words ??Technical Proposal?? and the following: BAA number; Title of Proposal; Identity of prime Offeror and complete list of subcontractors, if applicable; Technical contact (name, address, phone/fax, electronic mail address) Administrative/business contact (name, address, phone/fax, electronic mail address) and; Duration of effort (differentiate basic effort and options). It is noted that that options may be included under any resultant contract. 2.2.2.1.2 Table of Contents 2.2.2.1.3 Statement of Work A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award instrument. To this end, such proposals must include a severable self-standing SOW without any proprietary restrictions, which can be attached to the contract or agreement award. When options are contemplated, the SOW must clearly identify separate option tasks. 2.2.2.1.4 Technical Concept The Technical Concept shall include a description of the technology innovation and technical risk areas. This section shall also include a description of the potential Naval relevance and contributions of the proposed effort to the specific mission of the NSWCCD Machinery Research and Engineering Directorate. This section may include a plan for demonstrating and evaluating the operational effectiveness of the Offeror??s proposed products or processes in field experiments and/or tests in a simulated environment. 2.2.2.1.5 Project Schedule and Milestones A summary of the schedule of events and milestones. 2.2.2.1.6 Assertion of Data Rights Include here a summary of any proprietary rights to pre-existing results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. Any rights claimed in other parts of the proposal that would impact the rights in this section must be cross-referenced. If there are proprietary rights, the Offeror must explain how these affect its ability to deliver subsystems and toolkits for integration. Additionally, Offerors must explain how the program goals are achievable in light of these proprietary and/or restrictive limitations. If there are no claims of proprietary rights in pre-existing data, this section shall consist of a statement to that effect. Any limited rights in data deliverables or software shall be submitted in accordance with provision no. 252.227-7013 and 252.227-7014. 2.2.2.1.7 Deliverables A detailed description of the results and products to be delivered. The SOW should include a summary listing of these deliverables. The deliverables list shall minimally include Technical and Financial Progress Reports, Presentation Material, Meeting Minutes, Technical Documents or Reports, and a Final Report. 2.2.2.1.8 Management Approach A discussion of the overall approach to the management of this effort, including brief discussions of the total organization; use of personnel; project/function/ subcontractor relationships; government research interfaces; and planning, scheduling and control practice. Identify which personnel and subcontractors (if any) will be involved. Submit resumes/curriculum vitae for the personnel proposed. Include a description of the facilities that are required for the proposed effort with a description of any Government Furnished Equipment/Hardware/Software/Information required, by version and/or configuration. 2.2.2.1.9 Past Performance Offerors shall provide all relevant past performance for similar or related work under contracts currently being performed or completed during the last three (3) years. The Offeror may include Federal, State and Local Government and private sector contracts. Offerors that represent newly formed entities, without prior contract experience, should identify previous contract and subcontract experience for all key personnel identified in the proposal. The contractor shall provide the following information for each such contract: 1. Contract Number 2. Customer/Agency 3. Contracting Officer and Technical Point of Contact (names and phone numbers) 4. Brief Description of Scope of Work 5. Contract Type 6. Award Price 7. Total Labor-Hours of Effort 8. Period of Performance 9. Contract Deliverables 2.2.2.2 VOLUME 2: Cost Proposal The Cost Proposal shall consist of a cover page and two parts, Part 1 will provide a detailed cost breakdown of all costs by cost elements and Part 2 will provide a Cost breakdown by task/sub task using the same task numbers in the Statement of Work. Options must be separately priced. 2.2.2.2.1 Cover Page The words ??Cost Proposal?? should appear on the cover page in addition to the following information: BAA number: Title of Proposal; Identity of prime Offeror and complete list of subcontractors/sub-recipients, if applicable; Technical contact (name, address, phone/fax, electronic mail address) Administrative/business contact (name, address, phone/fax, electronic mail address) and; Duration of effort (differentiate basic effort and options) Summary statement of proposed costs Cognizant DCAA and DCMA point of contact, address, phone/fax, electronic mail address (if readily available) 2.2.2.2.2 Part 1 Detailed breakdown of the total costs by cost element (when options are contemplated, options must be separately identified and priced and include a total breakdown of the costs). Cost categories include: a. Direct Labor ?V Individual labor category with the individual proposed, with associated labor hours and unburdened direct labor rates; b. Indirect Costs ?V Fringe Benefits, Overhead, G&A, FCCM, etc. (Must show base amount and rate); c. Materials such as computer hardware for proposed research projects should be specifically itemized with costs or estimated costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Where possible, indicate purchasing method (competition, price comparison, market review, etc.) and documentation to substantiate the proposed costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Where possible, indicate purchasing method (competition, price comparison, market review, etc.); d. Travel ?V Number of trips, destinations, duration and total travel; e. Subcontract ?V A cost proposal as detailed as the Offeror??s cost proposal will be required to be submitted by the subcontractor. The subcontractor??s cost proposal can be provided in a sealed envelope with the Offeror??s cost proposal or will be requested from the subcontractor at a later date; f. Consultant ?V Provide consultant agreement or other document which verifies the proposed loaded daily/hourly rate; g. Materials ?V Specifically itemized by cost element. h. Other Directs Costs and; i. Fixed Fee/Profit including percentage. 2.2.2.2.3 Part 2 Cost breakdown by task/sub task corresponding to the same task numbers (or work breakdown structure) in the Statement of Work. When options are contemplated, options must be separately identified and priced and matched to the same task number in the Statement of Work. 3. Address for the Submission of White Papers and Full Proposals ?V Naval Surface Warfare Center, Carderock Division Philadelphia Naval Business Park 5001 South Broad Street Philadelphia, PA 19112 Marked for: Code 911 (Mr. James Burns) Email address: james.e.burns@navy.mil Proposals shall be marked: N00167-08-BAA-02 VI. EVALUATION INFORMATION 1. Evaluation Criteria ?V White Papers Evaluation of the ??White Papers?? will be based on a competitive selection resulting from a scientific review using the following evaluation criteria: (1) overall scientific and technical merits of the concept; and (2) potential naval relevance and contributions of the effort to the agency's specific mission. Selection of the Offeror(s) from which Full Proposals will be requested, will be based upon the Government??s assessment of Items (1) and (2). Full Proposals Award decisions will be based on a selection of proposals resulting from a scientific review. Evaluations will be conducted using the following evaluation criteria: (1) overall scientific and technical merits of the proposal; (2) potential naval relevance and contributions of the effort to the agency's specific mission; (3) the offeror's capabilities, related experience/past performance, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; (4) the qualifications, capabilities and experience of the proposed Principal Investigator, team leader and key personnel who are critical in achieving the proposal objectives; and (5) the realism of the proposed cost and availability of funds. The degree of importance of the offeror??s cost will be evaluated based on the assessment of the overall technical merit of the proposal and the funds available for the technology area proposed. For proposed awards to be made as contracts to large businesses, the socio-economic merits of each proposal will be evaluated based on the extent of the Offeror??s commitment in providing meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions. 2. Evaluation Panel - Technical and cost proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The cognizant Government scientific experts will perform the evaluation of technical proposals. VII. SECURITY CLASSIFICATION - In order to facilitate intra-program collaboration and technology transfer, the Government will attempt to enable technology developers to work at the unclassified level to the maximum extent possible. If access to classified material will be required at any point during performance, the offeror must clearly identify such need prominently in their proposal. If developers use unclassified data in their deliveries and demonstrations regarding a potential classified project, they should use methods and conventions consistent with those used in classified environments.
 
Record
SN01496072-W 20080201/080130230518 (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.