MODIFICATION
A -- Missile Defense Advanced Technology Innovation BAA - Amendment 1
- Notice Date
- 2/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, Missile Defense Agency, MDA-DACV, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807, United States
- ZIP Code
- 35807
- Solicitation Number
- HQ0147-09-ATI-BAA
- Point of Contact
- Brenda Hadley, Phone: 256-313-9841, Janice S Olson, Phone: 256-313-9497
- E-Mail Address
-
brenda.hadley@mda.mil, janice.olson@mda.mil
(brenda.hadley@mda.mil, janice.olson@mda.mil)
- Small Business Set-Aside
- N/A
- Description
- HQ0147-09-ATI-BAA Reps and Certs HQ0147-09-ATI-BAA Clauses HQ0147-09-ATI-BAA Proposal Preparation Instructions Introduction This announcement constitutes the annual posting of BAA, HQ0147-09-ATI-BAA as required by Federal Acquisition Regulation 35.016(c). The original announcement language is included below. Original Posted Information The Missile Defense Agency (MDA) is charged with developing and fielding a Ballistic Missile Defense System (BMDS) to protect the United States (US), as well as US allies and friends from a ballistic missile attack. The MDA Ballistic Missile Defense layered approach includes sensors, kinetic energy systems, directed energy systems, battle management, and command control elements that will engage threat missiles in all phases of flight, from Boost Phase through Midcourse and into Terminal Phase. MDA efforts are focused on making the BMDS more robust against the widening threats, and increasing capabilities to handle a broad range of unknown missiles, warheads, trajectories, and adversaries. MDA must have the ability to detect, track, identify and kill the ballistic missile. In support of these efforts, MDA programs are geared towards advancing technological thresholds in hardware and software, through scientific breakthroughs in areas such as mathematics, physics, and engineering. Technical advancement is essential to the strategy of spiral development with Block improvements in the BMDS every two years. MDA advances technology that enables near-term, evolutionary growth in current systems while adding revolutionary systems to substantially improve the BMDS in the far term. The MDA Director, Advanced Technology (DV) is responsible for developing advanced capabilities for the BMDS. This includes planning and executing a broad range of enabling and advanced technology development efforts, developing the technology base for advanced BMDS Blocks, assessing emerging technologies, innovative concepts, and leading the effort to develop advanced algorithms for improving BMDS capability. MDA/DV has instituted the Missile Defense Advanced Technology Innovation (ATI) Program to identify and develop innovative concepts, stimulate technology innovation, and exploit breakthroughs in science to offer robust technology improvements to all elements of the BMDS. ATI is a competitive, science and technology research program, which consists of forefront research and development technology, concepts, and approaches acquired through scientific and technological investigation. This Broad Agency Announcement (BAA) is issued under the provisions of Federal Acquisition Regulation (FAR) 6.102(d) (2), which provides for the competitive selection of research proposals. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, "The Competition in Contracting Act of 1984." The MDA contracts with private industry, educational institutions, and nonprofit organizations for research in those areas covered in this BAA. Awards as a result of this announcement will take the form of a contract. MDA does not have a specified amount of funding available for BAA awards, however, if MDA decides to pursue a concept the appropriate level of funding will be identified, and a final proposal will be requested by a MDA Contracting Officer in writing. Funding of research within MDA areas of interest will be determined by funding constraints and priorities set during the budget cycle. Therefore, those contemplating submission of a proposal are encouraged to contact the MDA technical point of contact, Chester Nolf, MDA/DVI; 256-955-5194, to determine the likelihood of funding prior to committing resources to preparing a concept paper or proposal in response to this BAA. Coordination with the technical point of contact prior to proposal submission allows earliest determination of the potential for funding and avoids contractor and Government time spent on efforts that may have little chance of being supported. Cost Plus Fixed Fee (CPFF) type contracts are anticipated to be awarded for these efforts. Any awards are anticipated to occur in fiscal year (FY) 2009 through FY 2010. Research Topics MDA/DV is interested in Advanced Technology Development (ATD) research in technologies for each missile defense phase encompassing the entire engagement sequence to include Surveillance, Acquisition and Tracking, Discrimination, Communications, Engagement Planning, Threat Engagement, Evolving Threats and Countermeasures, and Kill Assessment. The following eight ATI research topic areas pertain to the BMDS in all phases of the missile defense threat scenario: (1) Radar Systems include but are not limited to Integrated System Concepts, Cross Sections and Signatures, Measurements (waveforms, data extraction), Transmit/Receive modules, Signal Processing, Data Visualization, Data Compression, Image Interpretation, and Passive RF Systems (2) Lasers and Electro-Optical Systems include but are not limited to High Energy Lasers, Light Weight/Scalable Fiber, Solid State, Gas and Liquid Phase Lasers, Improved Diode Laser Arrays, Chemical Laser Improvements, High Energy Laser Power Supplies and Thermal Control Systems, Optical Beam Control and Stabilization Technologies, Large Light-weight, Space Qualifiable Optical Telescopes, Optical Beam Combining and Phased Array Concepts, Fast Beam Steering Concepts, Laser Target Acquisition, Pointing and Tracking Concepts, Light-weight LADAR Transmit/receive Subsystems including Light-weight, Efficient Laser Transmitters, Integrated LADAR Optical Systems, High Bandwidth Photon Counting Receiver Arrays and novel LADAR Signal Processing Concepts/algorithms. (3) Integrated Active/Passive IR Sensor Systems include but are not limited to LADAR Transmit/Receive Systems, Optical Signal Processing, All Digital Signal Processing. Passive EO/IR Systems including ideas and concepts for IR materials and Focal Plane Arrays (FPAs) having the following desired features: large format size, multicolor capability, manufacturability, and affordable having the capability to extend VLWIR detection at temperatures higher than 35K, Read-Out electronics. In addition, Lightweight EO/IR kill vehicle sensors and seekers with high frame rate capability, Fast Readout Large Format FPAs for Hyper spectral imaging, Non-E/O sensors for post impact warhead typing (in-situ or standoff); Hardware-in-the-loop (HWIL) testing of Multi-/Hyper-Spectral Sensors, HWIL testing of LADAR systems in a Thermally Controlled Vacuum Environment, test of ground, air, space, sea-based sensor system operations (all wavelengths considered). (4) Computer Science, Signal and Data Processing include but are not limited to Digital Electronics and Signal Processing, Novel signal and guidance processing architectures for high frame rate seekers, Machine Implementation of Algorithms, Analog Circuits and Communications, Computer Vision, Distributed Computing, Decision Systems, Estimation, Prediction, Homing navigation, Data Fusion, Pattern Recognition, Identification, Discrimination, and Sensor Fusion. (5) Physics, Chemistry, and Materials include but are not limited to the study of phenomenology associated with missile Detection, Tracking, and Discrimination, Infrared and Optical Signatures, Energy Conversion, Rocket Plume Analysis, Spectral Imaging for Threat/Decoy Discrimination, and integration of conventional silicon technology with new nanostructures (i.e., carbon nano materials) for next generation interceptor sensors. (6) Mechanical and Aerospace Engineering include but are not limited to Space Systems, Micro satellites to include: bus and payload designs, Precision Guidance, Navigation & Control (GNC); Target Tracking and Prediction; subsystems, and components-such as Precision Propulsion and Constellation Networking, Missile System Aerodynamics, high maneuverability Divert/Axial Propulsion, liquid and solid Divert and Attitude Control Systems (DACS), Reentry Physics, Guidance and Control, Kill vehicle Lethality Enhancement; Materials Science to include Lightweight, Thermo-Resistant Materials for Boosters and Kill Vehicles, Lightweight Structures with Embedded Radiation Shielding, also of interest are the Prediction, Quantification, and Compensation of Aero-Optic effects of turbulence on Imaging Sensors. (7) Battle Management/Command and Control include but are not limited to Engagement Planning, Sensor and Weapon Resource Management, Tactics, Intelligence Exploitation, Evolving Threats and Countermeasures, Target Tracking; Human in the Loop (MDA Operations) Intelligence Processing and Decision Making in Near Real Time, Information Processing and Computing Technologies, Launch platform-Interceptor communications, Interceptor-Interceptor communications, Interceptor-launch platform communications, Aircraft mountable High Bandwidth Communications (T1 minimum; T3 or greater preferred) for line of sight and over the horizon (OTH) data transfer; Lethality Assessment Technologies, non-real-time, non-tactical (not kill assessment) test applications; Discrimination and Fire Control; and distributed real-time simulations using reconfigurable objects (all digital, hardware-in-loop or live). (8) International BMDS Cooperation: Proposals for this area must contain direct work relating to a foreign company or university that is either a partner or major subcontract under the proposal. This is the only area that we will entertain accepting basic research proposals. If you are interested in this opportunity, please respond to MDA with the following: (1) A summary concept white paper (no more than five pages) which succinctly illustrates the proposed technical approach, as well as its rationale and objectives, methodology, expected results, and potential contribution to the MDA program using the attached Proposal Instructions paragraph 4(a), (b) and (c). (2) White Paper Rough Order of Cost Magnitude (ROCM), using the attached Proposal Instructions paragraph 5. (3) A suggested program plan using the attached Proposal Instructions paragraph (4)(d). (4) A description of the offeror’s capabilities, relevant experience, and facilities using the attached Proposal Instructions paragraph (4)(e). (5) A signed copy of the attached Representations and Certifications Evaluations may take up to six months from receipt of White Paper to complete. If selected for award MDA will request additional technical and detailed cost proposal information as listed in the attached proposal instructions paragraphs 6 and 7. DO NOT SUBMIT THE TECHNICAL AND COST PROPOSALS UNTIL YOU RECEIVE A REQUEST FROM THE CONTRACTING OFFICER FOR THIS INFORMATION. The Government may use selected Federally Funded Research and Development Centers (FFRDC), support contractors, and other non-governmental personnel to assist in the evaluation and administrative handling of proposals submitted in response to this announcement. These persons are bound by appropriate non-disclosure agreements to protect proprietary and source selection information. Additionally non-government employees must disclose all applicable corporate organizational conflicts of interest as well as any personal financial conflict. Submission of proposals under this BAA constitutes the offerors acknowledgment and consent to the use of contractors during the evaluation process. The evaluation team will evaluate and make recommendations for award, based on a peer or scientific review process in accordance with FAR 35.016(d) and (e). The primary basis for selecting proposals will utilize the below listed evaluation factors by applying the delineated criteria as follows: EVALUATION FACTORS MDA will evaluate responses based upon the following five technical factors (weighted equally) and a cost evaluation: (1) Scientific and technical excellence of the research and its relevance to MDA goals with special emphasis on innovation, originality, and uniqueness; (2) The offeror's capabilities, relevant experience, and facilities; techniques, or unique combinations of these are integral factors for achieving the proposal objectives; (3) Qualifications, capabilities, and experience of the proposed principal investigator, team leader, and/or key personnel that are critical in achieving the proposal objectives; (4) Ability of the proposed effort to make progress toward demonstrating the feasibility of the concept in accordance with MDA programmatic needs; (5) Adequacy of management planning and controls; demonstrated ability to deliver results from research projects, on schedule, on or under cost; and Cost will be evaluated against the government's estimate of the cost of completing the contract using the technical and management approaches proposed; total evaluated probable cost consists of the government's estimate of the realistic cost of completing the offerors proposals, to include the government's assessment of program risk, and additional costs to the government such as government-furnished property, government-furnished information, transportation, the duplication of previously awarded contracts submitted by the offeror, similar technology efforts pursued elsewhere and other cost related factors. The following criteria will be applied to each factor for evaluation of each offeror’s proposal: (1) The scientific excellence and innovative quality of the proposed technology or application; (2) The offerors’ capabilities, relevant experience, and facilities; and (3) The relevance of the technology or application to the MDA program, to include maturity and level of risk; (4) Demonstrated ability or clear plan to deliver results from research projects on schedule and under cost. No further evaluation criteria will be used. The government intends to evaluate and recommend awards based upon its evaluation of proposals without discussions; however, the government reserves the right to hold discussions and solicit final technical proposal revisions if deemed necessary. The Government reserves the right to select for award any, all, part, or none of the proposals received in response to this announcement. Offerors are reminded that this BAA is for the acquisition of ATD for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. White papers related to the development of a specific system will be returned as non-responsive. This BAA will remain open until February 25, 2011 and will be reposted in 2010. Submittals will be accepted on a continual basis throughout the entire period of time the BAA is open. Issuance of this BAA does not obligate the Government to pay any proposal preparation costs (to include those proposals selected for award).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACV/HQ0147-09-ATI-BAA/listing.html)
- Place of Performance
- Address: Missile Defense Agency, (MDA/DACV), 5222 Martin Rd, Redstone Arsenal, AL 35898, Huntsville, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN02066703-W 20100219/100217234502-101cdc2f34ec8718d2c49a6ba863fa8e (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 |