SOLICITATION NOTICE
A -- SBIR Phase III Topic SOCOM10-006 Micro Weather Sensor
- Notice Date
- 11/28/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-17-C-0067
- Archive Date
- 12/23/2016
- Point of Contact
- Elaine M Lovering, Phone: 732-323-5221
- E-Mail Address
-
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N68335-17-C-0067
- Award Date
- 11/23/2016
- Description
- SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of the Action Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III contract to Physical Optics Corporation (POC), Torrance, CA. POC was awarded SBIR Phase I contract number H92222-10-P-0042 respectively on 26 May 2010, resulting from solicitation Department of Defense (DoD) 2010.1, Topic SOCOM10-006. Topic SOCOM10-006 was entitled "Micro Weather Sensor (MWS)". POC was subsequently awarded SBIR Phase II contract numbers H92222-11-C-0034 on 15 July 2011, FA8651-14-C-0132 on 28 May 2014, and H92222-15-C-0032 on 03 June 2015. Topic SOCOM10-006 sought the development of a MWS, with a smaller, lighter weight, and a more power efficient meteorological sensor than currently fielded systems. The effort was to design and build a system that gives live day or night feeds, with visibility via a 360 degree picture of the surrounding area, in all weather conditions and altitudes, to measure current weather. The MWS was to be mounted on micro unmanned air vehicles or ground based standalone situations. The system was to include a sensor/communications package that allows it to Identify Friend or Foe and transmit collected information directly to aircraft. The system is needed to communicate in a language that easily is used by the current and future Command and Control (C2) systems that will allow a data overlay of collected information. When used as a static system, the MWS should have the ability to be camouflaged for the environment it is being placed in with an anti-tampering warning system. The objective of the Phase I was to have the ability to automatically collect weather data from remote sensors and transmit data to C2 elements. The hand emplaced variant was to be small and lightweight enough to be carried to an area of operations by a Special Operation Forces operator team. The system was to have the ability to report weather information which includes location; time, wind direction and speed; 360 degree horizontal visibility to beyond 4800 meters; sky condition and cloud heights; temperature and dew point; barometric pressure; measuring of precipitation water equivalent amounts; reporting peak wind direction and speed from the past hour; and provide warning of potential Chemical, Biological, Radioactive and Nuclear (CBRN) contamination at the sensor site. Operators also should have the ability to remotely control the sensor. The Phase II effort sought the development of secure and undetectable MWS transmissions. The sensors were to be networked to common C2 systems utilizing common messaging formats and data feeds. Resultant information could be instantaneously provided and exchanged with weather forces; other operators; planners; staff commanders; and global weather databases via visual displays (map overlays using common C2 mapping/tracking systems) and alphanumeric displays. The System was to collect horizontal visibility to 10,000 meters and provide CBRN collection that would detect basic agents and radiological information with less than 20% false positive and with the objective of zero false positives. Additionally, the MWS should operate for 90 days without servicing. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and Phase II efforts described in paragraph 2 and is for the development and production of a MWS and Advanced Micro Weather Sensor (AMWS). The MWS is a tactical meteorological unattended ground sensor that provides significant weather monitoring capability in a hand-portable, self-contained, and lightweight unit. The system provides weather sensing, imaging, autonomous operation, and built-in satellite communications, enabling detailed meteorological observations in the deep battlespace. The AMWS offers all of the capabilities of the MWS, as well as the ability to measure cloud height by way of an integrated ceilometer module. The MWS and AMWS will provide a remote expendable environmental reporting sensor, which will greatly enhance the Special Operations Weather Team's ability to provide timely, accurate, and critical deep battlespace weather reconnaissance and intelligence. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r )(1) states: " In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period. " Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the DoD Program Competitive Solicitation issued under the SBIR Program. As described above, only POC is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. 9. Any Other Supporting Facts. Not applicable. 10. Listing of Interested Sources. Not applicable. 11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: 5 months Option(s): None 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation. 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only POC is being considered for Phase III award due to the nature of the acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-C-0067/listing.html)
- Place of Performance
- Address: Torrance, California, United States
- Record
- SN04337437-W 20161130/161128234506-8a8496665b476db4a7894af3cda4eb71 (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 |