SOLICITATION NOTICE
A -- ADVANCE VISUALIZATION TECHNOLOGIES FOR INTEGRATION WITH THE MTRS EXPLOSIVE ORDNANCE DISPOSAL ROBOTIC SYSTEMS
- Notice Date
- 3/12/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N42794 NAVAL EOD TECHNOLOGY DIVISION 2008 Stumpneck Rd Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- BAAN427940802
- Response Due
- 4/9/2008
- Archive Date
- 3/11/2009
- Point of Contact
- Jim Knesel 301-744-6886
- Description
- The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) has a need to improve operator situational awareness (SA) when they are using the Man Transportable Robotic System (MTRS) EOD Unmanned Ground Vehicles. This Broad Agency Announcement (BAA) seeks to identify advanced visualization sensors and information display technologies and techniques to enhance the robot operator?s awareness of the robotic vehicle?s environment. These technologies will be used to improve the ability of the operator to perform remote tasks in complex environments. If successful, these technologies will be considered for potential integration with currently fielded MTRS Mk 1 and MTRS Mk 2 EOD Robotic systems. BACKGROUND: The use of UGVs as a primary response tool in EOD operations has increased dramatically in recent years. The MTRS Mk 1 (MTRS PackBot EOD) and MTRS Mk 2 (MTRS Talon) UGVs rely on video feedback from multiple cameras displayed on the Operator Control Unit ( OCU) as the primary means of providing SA to the operator. These cameras provide limited information in terms of depth perception and the location of objects within the target environment relative to the robotic vehicle. There is a need to incorporate advanced visualization technologies with the MTRS UGVs to improve the ability of the operator to conduct critical mission tasks including inspection, surveillance, manipulation, and navigation in complex environments. TECHNOLOGY DEVELOPMENT AND INTEGRATION: Interested firms are requested to submit white papers/full proposals that define the effort to fully integrate their advanced visualization capabilities with either the MTRS Mk 1 or MTRS Mk 2 robots. These proposed projects may include technology development to optimize and mature existing technologies to enable low-risk transition to the MTRS. It is expected that along with the final, field-ready prototype(s), a full technical data package will be delivered, including engineering drawings and hardware specifications, providing for low-risk modification of the fielded MTRS configuration(s). Throughout the effort, monthly status updates and interim design reviews will be required to address any technical issues and update the overall progress of the effort. Following the development and integration processes, a modified MTRS will be delivered for testing at NAVEODTECHDIV, Indian Head, MD in order to evaluate the improvements to the system under several mission-based test scenarios. To provide additional context, the following tasks are typical of an EOD robotic mission. EOD MISSION: MTRS visualization enhancements are required that will improve any of the tasks identified in the following EOD mission profile: (a) Unload UGV from transport vehicle; (b) Perform surveillance of the path to the target while driving the UGV down range to the target location; (c) Perform reconnaissance of target and target area; (d) Use of manipulator to perform render-safe operations (e.g. place or aim tools and sensors, pick-up ordnance, clear debris and dirt); (e) Verification of success of EOD procedure and additional reconnaissance; (f) Drive robot back to command post; (g) Load UGV into transport vehicle. 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 that would not be c onsidered responsive to requirements. Each white paper is limited to five pages and shall consist of three primary areas: Technical, Management, and Cost. The Technical section shall consist of clear descriptions of objectives, technical issues which must be resolved to accomplish objectives, approach to resolving these issues, and particular prior experience of the Offeror in the targeted technology area(s). The Management portion shall include key personnel, experience, facilities and a plan of action with milestones. The Cost section shall include a cost breakdown of the effort being proposed. The period of performance shall not exceed twelve (12) months in length and the total cost shall not exceed $650,000. White papers shall be submitted not later than 3:00 PM (EDT) on 9 April 2008. It is anticipated that the evaluation of the white papers will be completed and the results disseminated to offerors by 23 April 2008. FULL PROPOSALS: The Government will request full proposals based on the merits of the white papers received. Full proposals will not be limited as to the number of pages and shall consist of three sections, Technical, Management, and Cost. All sections shall reference the BAA number and include the Offeror?s project title. Proposals submitted shall include the following: (a) statement of work (SOW) detailing scope of work and a detailed description of each task; (b) list of Government furnished information and Government furnished equipment (GFE) required; (c) a detailed cost breakdown by task including labor categories, labor rates, labor hours, labor overhead rate and total labor cost. If subcontractors are involved, include a cost breakdown for each subcontractor exhibiting the same parameters. Subcontractors may send their details separately or they may provide them along with the prime in a sealed envelope. Also include material cost, travel and any other direct or indirect costs. If the Offeror has an approved purchasing system, provide the source and date of latest review. If the Offeror does not have an approved purchasing system, state wh at processes are used for purchases of such items as material, travel, and training; (d) a description of deliverables; (e) a schedule including milestones and a time/cost profile; (f) a description of the Offeror?s facilities, key personnel and experience in the area of interest. It is anticipated that full proposals will be due in the May/June 2008 timeframe. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. The Government reserves the right to select for award some portion(s) of the proposals received in response to this BAA. In that event, the Government may select for negotiation all, or portions, of a given proposal. The Government may incrementally fund any award issued under this BAA. EVALUATIONS: White papers and full proposals will be evaluated using the following selection criteria, which are listed in descending order of importance: (1) Overall scientific and technica l merits; (2) Understanding of EOD requirements and the technical/scientific innovation and risk to solve the requirement; (3) Potential for transition to fleet/field capability; (4) The Offeror?s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; (5) Potential capability gained by EOD; (6) Proposed cost and fees. SMALL BUSINESS: 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 (NAI CS) code for this solicitation, 541710 (which corresponds with the sta ndard 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. SUBMISSIONS: White papers/full proposals shall be submitted electronically to Jim Knesel at james.e.knesel@navy.mil. The BA A number must be included in the email subject line. Each Offeror should submit a cover page with its white paper/proposal. This cover sheet, which will not be counted against any page restrictions, should include the BAA number, unique title, technology area(s), name, address, telephone number, and email address for both the technical and business points of contact. OTHER BAA INFORMATION: This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. The Government will not pay for proposal preparation costs (including white papers and oral presentations) in response to this BAA. All data received in response to this BAA that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Offerors are advised that only Contracting Officers are legally authorized to contractually bin d or otherwise commit the Government. For more information regarding business or contractual matters, please contact: Jim Knesel, Code 052, NAVEODTECHDIVIH, (301) 744-6886. For more information regarding technical matters, please contact: Michael J. Del Signore Code 5224B, (301)744-6858 ext. 289.
- Record
- SN01530972-W 20080314/080312224847 (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 |