Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

A -- Force Level Radar Resource Management for IAMD Broad Agency Announcement

Notice Date
6/30/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811Q2903
 
Response Due
8/16/2011
 
Archive Date
10/1/2011
 
Point of Contact
James Platner 540-653-2974 James Platner,
 
E-Mail Address
40-653-4089
 
Small Business Set-Aside
N/A
 
Description
Description: This BAA synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. I. General Information This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposal (RFP)/Solicitation will not be issued. 1. AGENCY: Naval Surface Warfare Center Dahlgren Division, Dahlgren, VA 2. RESEARCH OPPORTUNITY TITLE: Force-Level Radar Resource Management for IAMD (ResMan) 3. RESEARCH OPPORTUNITY NUMBER: N00178-11-Q-2903 4. ANNOUNCEMENT TYPE: Broad Agency Announcement “ Initial Announcement 5. RESPONSE DATE: White Papers “ 16 August 2011 6. RELATED EFFORTS: 7. ANTICIPATED AWARDS: Multiple awards are anticipated, but not guaranteed. The Government reserves the right to award one, several, or no awards in response to this BAA. Awards may be made without discussions. The Government also reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Portions of resulting awards may be segregated into pre-priced options. The Government reserves the right to fund proposals in phases with options for continued work at the end of one or more of the phases. This BAA should not be construed as a commitment or authorization to incur costs in anticipation of a contract. Offerors will only be considered that meet the closing date of 16 August 2011. 8. ELIGIBLE APPLICANTS: All responsible sources capable of satisfying the Government ™s needs may submit a proposal that shall be considered. Historically Black Colleges and Universities (HBCUs), Small Businesses, Small Disadvantaged Businesses and Minority Institutions are encouraged to submit proposals and join others in submitting proposals; however, no portion of this announcement will be set aside for these organizations ™ participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities. Some portions of the proposed activity will require participants to have or obtain clearances at least to the SECRET level; however, all eligible applicants may submit offers in the remaining portions. 9. INDUSTRY DAY: NSWCDD will conduct an industry day briefing for potential offerors. The purpose of the briefing is to provide offerors with a better understanding of the program. Attendance at Industry Day is not required to maintain eligibility for submission of white papers or proposals. Any questions that contractors may have in regards to this BAA should be submitted in writing to James.Platner@navy.mil NLT 11 July 2011, these questions will be addressed at the Industry Day conference. Briefing slides including questions and answers will be made available as an amendment to the BAA. Please note that this Industry Day will be conducted at the unclassified level, and as such no sensitive or classified questions will be allowed. An Industry Day will be held on 20 July 2011 at the FREDERICKSBURG HOSPITALITY HOUSE & CONFERENCE CENTER located at 2801 Plank Road, Fredericksburg, VA 22401 beginning at 0900. For directions, please call (540) 736-1006 or visit www.fredericksburghospitalityhouse.com. Persons that are interested in attending should e-mail James Platner at James.Platner@navy.mil NLT 15 July 2011. II. Research Opportunity Description The Naval Surface Warfare Center Dahlgren Division (NSWCDD), Dahlgren, VA, invites white papers addressing the development and demonstration of advanced algorithms for collaborative management of radar resources. This technology program, sponsored by the Office of Naval Research (ONR) Missile Defense Future Naval Capabilities (FNC), with technical management at NSWCDD, will proceed from initial development to a Technology Readiness Level six (TRL6) demonstration as defined in DODI 5000.2 Acquisitions System Guidebook. The result of this effort will be a Force-Level Radar Resource Management for Integrated Air and Missile Defense (IAMD) capability (ResMan). The development of ResMan through the final demonstration is expected to occur over a five-year effort beginning in FY12. This Broad Agency Announcement (BAA) will consist of solicitation of white papers. Only those offerors selected as a result of white paper evaluation will be invited to submit proposals. Unsolicited proposals will not be reviewed. In a high threat density, multi-raid environment, management of sensor resources supporting surveillance, tracking, discrimination, identification, engagement, and kill assessment is critical to maximize the likelihood of defeating all threats targeting defended assets. The Navy currently fields several classes of radars, with varying radar capabilities existing on different platforms. ResMan will provide the ability to dynamically allocate radar tasks across the force to counter a mixed raid of airborne and ballistic threats for a new IAMD capability. Proposed ResMan solutions must address dynamic management of radar tasking so that multiple ships, each with multiple different sensors, can cooperatively perform search, detection, tracking, identification, and weapon support. These functions must be managed in a manner that maximizes the probability of successfully processing all threats in a high threat density raid environment. ResMan techniques must consider multiplatform integration at the force level. ResMan must be robust to a dynamically changing threat environment, addition or loss of sensors to the network, limitations on communications, and other adverse conditions. ResMan will be applicable to current and future naval radar systems and near-term expected communications capability. Proposed concepts should address the force-level concept, control strategy, communications requirements, communications awareness and management, operations in adverse environments, and changes in the set of participating radars. Anticipated technical challenges include: Variations in sensor locations, capabilities, and constraints. Balancing computational complexity and loading with real-time requirements. Coordinated raids combining ballistic and airborne threats. Communication constraints and the need to degrade gracefully in the face of decreasing communication availability. A three-phase approach over a total of five years is anticipated in the development of ResMan. Phase 1 will be concept and mathematical development, augmented by algorithm coding and analysis sufficient to demonstrate the performance of the approach. This phase will continue to demonstration of the algorithm through simulation in a framework sufficient to evaluate its performance, technical readiness level, and potential for transition to Phase 2. The Government expects that Contractors will conduct these tasks, but will also provide support and documentation to verify the sufficiency of the modeling and simulation framework. The Government will provide benchmark scenarios for algorithm evaluation. The Government may select a single algorithm, multiple algorithms, incorporate portions of multiple algorithms, or develop its own algorithm for transition to Phase 2. Phase 1 awards will be made on a Firm Fixed Price basis. Phase 2 will further develop and refine the proposed solutions with down-selected concepts from Phase 1. During Phase 2, these concepts will be incorporated into a high fidelity end-to-end simulation environment, with support of the Navy and a systems integrator, sufficient to demonstrate TRL4-5. This will include the necessary interaction with algorithm developers to ensure the successful transition and integration of their algorithms in the simulation environment. This phase of the effort will require participants to have security clearances at the SECRET level. Phase 2 award(s) are anticipated to be Cost Plus Fixed Fee. Phase 3 will be the real-time, hardware-in-the-loop (HWIL) demonstration of the matured, final algorithm to demonstrate TRL 6. Phase 3 should be proposed as a Not To Exceed (NTE) cost. White papers addressing phase one should include algorithm descriptions and discussion of their suitability to the problem, outline the development and evaluation plan, and discuss deliverables including consideration for phase two entry. White papers addressing phase two should include discussion of the proposed demonstration, the demonstration environment, and the methodology of incorporating the algorithms chosen for incorporation. Separate white papers addressing phase three are not required Offerors may address their phase three approach in white paper submissions for phase two. Offerors addressing all phases may submit a single white paper covering their approach to the entire process. Please note that while it is necessary for offerors to submit white papers for phase two to be eligible for phase three, it is not necessary for offerors to submit a phase one submission to be eligible for phase two. All algorithms and software developed under this effort will become the intellectual property of the U. S. Government. Any additional software required for integration and use of developed algorithms and software must be made available under a government use license. NSWCDD will not issue paper copies of this BAA. NSWCDD reserves the right to select for Proposal submission, all, some, or none of the White Papers in response to this BAA. NSWCDD reserves the right to fund all, some, or none of the subsequent Proposals received under this BAA. NSWCDD provides no funding for direct reimbursement of white paper or proposal development costs. Any material submitted in response to this BAA will not be returned. It is the policy of NSWCDD to treat all White Papers and Proposals as competition sensitive Bid and Proposal Information and to disclose their contents only for the purpose of evaluation. Awards to offerors of selected Proposals will be in the form of contracts. Therefore, Proposals submitted as a result of this announcement will fall under the purview of the Federal Acquisition Regulations (FAR). III. Application and Submission Information 1. SUBMISSION: White papers should be submitted as a MS Word file or in PDF, either as (1) an e-mail attachment to James.Platner@navy.mil or (2) on CD to ATTN: JAMES PLATNER RM 104 NAVAL SURFACE WARFARE CENTER DAHLGREN CONTRACTING OFFICER 17632 DAHLGREN ROAD, SUITE 157 DAHLGREN, VA 22448-5110 Hard copy submissions are neither required nor desired. All white papers will be retained for a period of 18 months and will be considered as candidate sources for future award during that time. White papers and/or proposals submitted in response to this BAA will not be returned. 2. WHITE PAPER FORMAT: White papers under this BAA are expected to be unclassified. A. Cover Page: (one page) - Identify offeror by name and address, include point of contact with telephone number and email address, include date of submission, indicate that submission is in response to this BAA. B. Project Summary: (two to four pages). Identify the focus of the proposed work. Provide an overview of the project and expected benefits. Summarize work done to date by your organization and what further work is necessary. Provide a summary schedule for the work. Offerors should indicate how much company funded research has been invested to date and whether the resulting software components will be delivered with unrestricted intellectual property limitations using the Navy ™s SHARE license agreement. C. Business Section: (one page) - Provide overview of offeror ™s capabilities, background, size, location, business focus, and similar project work. Provide an initial estimate of the project total cost by year segregated by phases. D. Personnel: (one page) “ Provide a summary paragraph on the lead researchers expected to work on the project. Include an indication as a percentage number for each individual showing how much of their time they would be spending on the project based on a 40 hour work week. 3. EVALUATION White papers will be reviewed and formal technical and cost proposals may be required from sources whose approaches are selected for further consideration. An invitation to submit a formal proposal does not assure subsequent contract award. Formal Technical and Cost Proposals may be required approximately 30 days after notification that NSWCDD has determined the white paper warrants further consideration. Award decisions will be based on a competitive selection of proposals resulting from a scientific peer review. White papers will be evaluated using the following criteria, listed in descending order of importance: (A) Overall technical merits of the proposal including degree of innovation, soundness of technical concept, and responder ™s awareness of the state of the art and understanding of the scope of the problem, technical risk, and technical effort needed to address the problem. (B) Responder ™s capabilities, related experience, and past performance, including the qualifications, capabilities and experience of the proposed principal personnel. (C) Realism of the estimated cost and development schedule. (D) Pricing within funding constraints IV. Full Proposals 1. FORMAT: Paper Size “ 8.5 x 11 inch paper Margins “ 1  inch Spacing “ single or double-spaced Font “ Times New Roman, 12 point Copies “ one (1) original and one electronic copy on a CD-ROM (in Microsoft ฎ Word and Excel compatible format). VOLUME 1: TECHNICAL PROPOSAL A. Cover Page: This should include the words œTechnical Proposal  and the following: i) BAA number; ii) Title of Proposal; iii) Identity of Prime Offeror and complete list of subcontractors, if applicable; iv) Technical contact (name, address, phone/fax, e-mail address) v) Administrative/business contact (name, address, phone/fax, e-mail address) and; vi) Duration of effort (differentiate basic effort and any proposed options) B. Table of Contents: This should address the contents of the proposal, generally by section. C. 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. When options are contemplated, the SOW must clearly identify separate optional tasks. Include a detailed listing of the technical tasks/subtasks organized by base and option period(s). D. Deliverables: A detailed description of the results and products to be delivered inclusive of the timeframe in which it will be delivered, including Technical and Financial Progress Reports. E. Project Schedule and Milestones: A summary of the schedule of events and milestones. F. Assertion of Data Rights and/or Rights in Computer Software: For a contract award an Offeror may provide with its proposal assertions to restrict use, release or disclosure of data and/or computer software that will be provided in the course of contract performance. The rules governing these assertions are prescribed in Defense Acquisition Regulation Supplement (DFARS) clauses 252.227-7013, -7014 and -7017. These clauses may be accessed at the following web address: http://farsite.hill.af.mil/VFDFARA.HTM The Government may challenge assertions that are provided in improper format or that do not properly acknowledge earlier federal funding of related research by the Offeror. G. 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 interfaces; and planning, scheduling and control practice. Identify personnel and subcontractors (if any) involved. 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. H. Personnel: The offeror shall provide resumes of proposed key personnel to be utilized by the contractor/subcontractor in the performance of this contract. The offeror shall ensure that the proposed personnel are fully capable of performing in an efficient, reliable, and professional manner. Upon review of resumes, if the Government questions the qualifications or competence of any person performing under this contract, the burden of proof to sustain that person ™s qualifications shall be upon the offeror. I. Past Performance: The offeror ™s past performance will consist of a description of the offeror ™s Government contracts (both prime and major subcontracts (those involving 25% or more of the effort)) received during the past three (3) years, which are similar in the effort being proposed. The offeror may describe any quality awards or certificates that indicate the offeror possesses a high quality process for providing desired research and development outcomes. J. Other Agencies: Include the name(s) of any other agencies to which the proposal has also been submitted. VOLUME 2: COST PROPOSAL 2. Offerors Shall: A. Provide these instructions to all lower tier offerors (subcontractors). Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with instructions contained below. B. Submit the proposal, organized as discussed below. The cost proposal is not restricted in length and shall provide cost information for all performance periods. C. The Government will provide a spreadsheet for completion to offerors invited to submit Full Proposals. 3. First Page: Provide the following information as the first page of the budget for the entire period of performance, including any options. A. * Name, title, telephone and fax numbers and e-mail address of offeror ™s business and technical points of contact, B. Amount budgeted/proposed for basic effort and each option (Government and Offeror Share if applicable); C.* Name, address and telephone number of the cognizant contract administration (DCMA) and Defense Contract Audit Agency (DCAA) offices, if known; D. Name, title, and signature of authorized representative; E. Date offer is submitted; and F. Broad Agency Announcement Number under which the proposal is submitted. * If proposal is to be awarded on a consortium basis, provide this information for each member of the consortium and include a copy of the signed Articles of Collaboration. Awards to consortiums cannot be made until Articles of Collaboration have been signed by all members contributing efforts or receiving funds to the award. 4. Total Cost Summary: This section should include all of the proposed costs of the project, including Government or Offeror cost sharing if applicable. Identify when the offeror ™s fiscal year begins and ends. Submit a cost element summary by major cost element for the basic period of performance and each option proposed using the format to be later provided by the Government. The detail required for each of the major cost elements is described below. Address all elements of cost applicable to the proposed effort and provide a narrative to support these costs. A. Direct Labor: Show each individual labor category or person proposed on a separate row. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the base period and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the rates of pay for fulltime and temporary or part-time workers and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on the direct rates proposed. For new or unfilled positions, a historical average, signed offer sheet, or description of the labor category sufficient to allow comparison to salary surveys should be provided. B. Indirect Cost Rates and/or Factors: Identify all indirect cost rates (such as, fringe benefits, labor overhead, material overhead, G&A, COM, etc.) and their applicable allocation bases. (Show base amount and rate.) If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and the date of submission or actual rates used and the effective date, billing rates and the date of approval, etc.). C. Subcontractors and Interorganizational Transfers (IOTs): Obtain cost proposals from each subcontractor and IOT using the same cost breakout required to be later provided by the Government. Perform and provide evaluation results of cost/price analysis of subcontract and IOT proposals. Prime contractor ™s are required to obtain competition to the maximum extend practicable when selecting subcontractors or IOTs. If the prime intends to award the subcontract /IOT effort on a sole-source basis, the prime should provide rationale for their decision. The subcontractors/IOTs can submit this Cost Summary information in a sealed envelope with the prime contractor ™s proposal or directly to the Government. If the subcontractor is not yet determined, the proposal must include a list of the tasks to be performed, an explanation of the method used to estimate the subcontract price, and the reason proposals/quotes cannot be requested/provided at this time. D. Consultants: Provide a list of anticipated consultants. Substantiate the need for and cost of proposed consultant services. The prime contractor should provide a breakdown of the consultant ™s hours, the hourly rate proposed, any other proposed consultant costs, a copy of the signed Consulting Agreement or other documentation supporting the proposed consultant cost, and a copy of the consultant ™s proposed statement of work if it is not already separately identified in the prime contractor ™s proposal. E. Travel, Materials, Equipment & Supplies, and Other Direct Costs (ODCs): Separately identify costs for travel, material, equipment, supplies and other direct costs required to perform the basic effort and each option. Travel - Provide a breakout of travel costs for base and each option including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. Materials, Equipment & Supplies - Provide an itemized list of all proposed materials, equipment, and supplies for the base and each option including quantities, unit prices, proposed vendors (if known),and the basis of estimate (e.g., quotes, prior purchases, catalog price lists, etc.). Other Direct Costs - Provide an itemized breakout and explanation of all other proposed ODCs by base and option period. F. Cost of Money (COM): Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. Submit a DD Form 1861 for each year. G. Profit/Fee (If applicable): This section specifies the profit or fee percentage proposed and the base to which the rate applies. Any usual contract performance risk factors should be identified. Profit or fee is not allowed on direct costs for facilities, or in cost-sharing contracts. V. Award Administration Information 1. Administrative Requirements: A. The North American Industry Classification System (NAICS) code “ The NAICS code for this announcement is 541710 with a small business size standard of 500 employees. B. Central Contractor Registration: All Offerors submitting white papers or proposals must: (i) be registered in the Central Contractor Registration (CCR) prior to submission; (ii) maintain an active CCR registration with current information at all times during which it has an active Federal award or an application under consideration by any agency; and (iii) provide its DUNS number in each application or proposal it submits to the agency. C. Approved Accounting System: In order to be eligible for a Cost Reimbursable type contract offerors must have a DCAA Approved accounting system. D. Subcontracting Plans: Formal proposals that exceed $550,000.00 and submitted by Large Business must contain a Small Business Subcontracting Plan in accordance with FAR 52.219-9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q2903/listing.html)
 
Record
SN02486941-W 20110702/110630235414-1ae914e292a3a0ade18b8ca33034a70b (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.