Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2008 FBO #2335
SOLICITATION NOTICE

A -- DEVELOP MODULAR AND SCALABLE MANIPULATOR AND END EFFECTORTECHNOLOGIES FOR FUTURE JOINT EXPLOSIVE ORDNANCE DISPOSAL UNMANNED GROUNDVEHICLES

Notice Date
4/16/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Explosive Ordnance Disposal Technology Division, N42794 NAVAL EOD TECHNOLOGY DIVISION 2008 Stumpneck Road Indian Head,MD
 
ZIP Code
00000
 
Solicitation Number
BAAN427940803
 
Response Due
5/15/2008
 
Point of Contact
Jim Knesel 301-744-6886
 
Description
The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV)has a need to identify and develop manipulator and end effector technologiesthat may ultimately be implemented across a future family of Joint ExplosiveOrdnance Disposal (EOD) unmanned ground vehicles (UGV). BACKGROUND: The numberof UGVs in use by Joint EOD forces has increased dramatically since thebeginning of Operation Enduring Freedom (OEF) and Operation Iraqi Freedom (OIF).While the three UGV models that comprise the current Joint EOD UGV fleet haveproven to be effective and suitable, there is much room for improvement,especially with respect to manipulators and end effectors. The currentmanipulators share no commonality across the three UGV models, resulting in arelatively large logistics footprint. The end effectors employed are simple"claws" with acceptable but limited capability. There is no modularity withineach UGV model's manipulator, which eliminates the possibility ! of mission-specific configurations and makes repair at the user leveldifficult. Finally, multiple end effectors that can be changed out remotely asneeded during a mission are not available and would be difficult to implementgiven the designs of the current manipulators. TECHNOLOGY DEVELOPMENT:Interested firms are requested to submit white papers/proposals that define aneffort to develop a manipulator and end effectors that are modular in nature andcan be scaled larger or smaller in order to achieve commonality across differentweight classes of future Joint EOD UGVs. The effort will culminate with thedelivery of a prototype that is expected to have a technological maturity of atleast Technology Readiness Level (TRL) 6. A complete technical data package forthe prototype that will enable the transition of the technology to a potentialfuture Joint EOD UGV program of record will also be delivered. The Governmentwill test the prototype in a high-fidelity laborat! ory environment or in a simulated operational environment to verify the attainment of TRL 6. Monthly status updates that include projectaccomplishments, status, issues, risks, future plans will be provided throughoutthe effort. Also, two formal design reviews will be conducted at appropriatepoints during the effort. EOD MANIPULATION TASKS: Common tasks that areperformed remotely using Joint EOD UGV manipulators and end effectors are:placement/positioning of EOD tools, picking up unexploded ordnance, openingdoors, digging, and application of common hand tools and power tools (e.g.drills and saws). WHITE PAPERS: Interested offerors are requested to submit awhite paper, the purpose of which is to preclude unwarranted effort by theOfferor in preparing a full technical and cost proposal that would not beconsidered responsive to requirements. Each white paper is limited to fivepages and shall consist of three primary areas: Technical, Management, and Cost.The Technical section shall consist of clear descriptions of objectives, te! chnical issues which must be resolved to accomplish objectives, approach toresolving these issues, and particular prior experience of the Offeror in thetargeted technology area(s). The Management section shall include keypersonnel, experience, facilities and a plan of action with milestones. TheCost section shall include a cost breakdown of the effort being proposed. Theperiod of performance shall not exceed eighteen (18) months in length and thetotal cost shall not exceed $750,000. White papers shall be submitted not laterthan 3:00 PM (EDT) on 15 May 2008. It is anticipated that the evaluation of thewhite papers will be completed and the results disseminated to offerors by 5June 2008. FULL PROPOSALS: The Government will request full proposals based onthe merits of the white papers received. Full proposals will not be limited asto the number of pages and shall consist of three sections, Technical,Management, and Cost. All sections shall reference the BA! A number and include the Offeror's project title. Proposals submitted shall include the following: (a) statement of work (SOW) detailing scope ofwork and a detailed description of each task; (b) list of Government furnishedinformation and Government furnished equipment (GFE) required; (c) a detailedcost 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 alongwith the prime in a sealed envelope. Also include material cost, travel and anyother direct or indirect costs. If the Offeror has an approved purchasingsystem, provide the source and date of latest review. If the Offeror does nothave an approved purchasing system, state what processes are used for purchasesof such items as material, travel, and training; (d) a description ofdeliverables; (e) a schedule including milestones and a ! time/cost profile; (f) a description of the Offeror's facilities, key personneland experience in the area of interest. It is anticipated that full proposalswill be due in the June/July 2008 timeframe. The Government intends to issueawards based on the optimum combination of proposals that offers the bestoverall value to the Government. The Government reserves the right to selectfor award some portion(s) of the proposals received in response to this BAA. Inthat event, the Government may select for negotiation all, or portions, of agiven proposal. The Government may incrementally fund any award issued underthis BAA. EVALUATIONS: White papers and full proposals will be evaluated usingthe following selection criteria, which are listed in descending order ofimportance: (1) Overall scientific and technical merits; (2) Understanding ofEOD requirements and the technical/scientific innovation and risk to solve therequirement; (3) Potential for transition to fleet! /field capability; (4) The Offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integralfactors for achieving the proposal objectives; (5) Potential capability gainedby EOD; (6) Proposed cost and fees. SMALL BUSINESS: The socio-economic meritsof each proposal seeking a procurement contract will be evaluated in the contextof the requirements described in this announcement. The evaluation process willconsider the extent of commitment in providing meaningful subcontractingopportunities for small businesses, HUB Zone small businesses, smalldisadvantaged businesses, woman-owned small business concerns, veteran-ownedsmall businesses, historically black colleges and universities, and minorityinstitutions. The North American Industry Classification System (NAICS) code forthis solicitation, 541710 (which corresponds with the standard industrialclassification code of 8731), specifies a small business size standard of 500employees or less. A Small Business Subcontracting Plan prepared i! n accordance with FAR 52.219-9 must accompany contract proposals (fullproposals) that exceed $500,000 submitted by all but small businesses. Entitiesthat must submit a Small Business Subcontracting Plan for contract proposalsthat exceed $500,000 include universities/colleges, nonprofits, and largebusinesses. Historically Black Colleges and Universities (HBCU) and MinorityInstitutions (MI) are encouraged to submit proposals and/or join others insubmitting proposals. However, no portion of this BAA will be set-aside for HBCUand MI participation due to the impracticality of reserving discrete orfunctionally separable areas of this technology for exclusive competition amongthese entities. SUBMISSIONS: White papers/full proposals shall be submittedelectronically to Jim Knesel at james.e.knesel@navy.mil. The BAA number must beincluded in the email subject line. Each Offeror should submit a cover pagewith its white paper/proposal. This cover sheet, which will not b! e counted against any page restrictions, should include the BAA number, unique title, technology area(s), name, address, telephone number, and emailaddress for both the technical and business points of contact. OTHER BAAINFORMATION: 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 proposalsreceived in response to this announcement. The Government will not pay forproposal preparation costs (including white papers and oral presentations) inresponse to this BAA. All data received in response to this BAA that is markedor designated as corporate or proprietary information will be fully protectedfrom release outside the Government. Offerors are advised that only ContractingOfficers are legally authorized to contractually bind or otherwise commit theGovernment. For more information regarding business or contractual matters,please contact: Jim Knesel, Code 052, NAVEODTECHDIVIH, (301) 744-6886. For moreinformation regarding technical matters, pleas! e contact: Byron Brezina Code 52A, (301)744-6858 ext. 269,byron.brezina@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=558cd89dce39ced058bf7f60213357d2&tab=core&_cview=1)
 
Record
SN01554796-W 20080418/080416215121-558cd89dce39ced058bf7f60213357d2 (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.