Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2017 FBO #5571
SOLICITATION NOTICE

A -- SBIR Phase III Topic N13A-T001 entitled " Naval Platform Aero-Optic Turbulence and Mitigation Methodology"

Notice Date
2/21/2017
 
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-0005
 
Archive Date
3/18/2017
 
Point of Contact
Cynthia Mollo, Phone: 7323237226
 
E-Mail Address
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-17-C-0005
 
Award Date
2/16/2017
 
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 Action Being Approved. This is a justification to award a Small Business Technology Transfer (STTR) Phase III contract to MZA Associates Corporation (MZA), Dayton, Ohio. MZA, Clear Science Corporation, and Combustion Research & Flow Technology, Inc. were awarded STTR Phase I contract numbers N68335-13-C-0378 on 15 August 2013, N68335-13-C-0377 on 18 September 2013, and N68335-13-C-0382 on 18 September 2013 respectively, resulting from Solicitation SBIR 13.1, Topic N13A-T001. Topic N13A-T001 was entitled, "Naval Platform Aero-Optic Turbulence and Mitigation Methodology". MZA was subsequently awarded STTR Phase II contract number N68335-15-C-0078 on 26 November 2014. Topic N13A-001 sought the development of modeling and simulation capability to resolve negative effects of air flow pattern of naval aviation platforms such as the rotary and fixed winged aircraft. Phase I sought the development of aero-optical distortion methodology to predict performance characteristics of the High Energy Laser system as a function of atmospheric turbulence, platform downwash/exhaust, and platform vibration. Phase II sought the development and test mitigation aero-optical distortion methodologies. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and Phase II efforts described in paragraph 2. The objective of the Phase III is to define the requirements for the Adaptive Optic System (AOS) necessary to compensate for the residual aero-optic turbulence produced by the passive duct system. Under the base the contractor shall accomplish this by the following tasks: flight test preparation, target board development/ fabrication, flight testing of fairing internal and virtual ducts, imaging flight tests, acquisition/tracking/pointing air to air flight tests, precluded by checkout of mechanical and optical enabling of the High Energy Fiber Laser Beam Director System on the Airborne Aero-Optics Laboratory Transonic aircraft. Hardware shall be produced for integration of the turret with the aircraft. Work includes all data analysis, review meetings, and a final report. The base period will be 24 months. Option 1 effort shall include the development and fabrication of the AOS, wind tunnel testing, and flight tests to verify AOS performance for air to air scenarios. Option 2 efforts shall include the flight testing of air to ground scenarios and shall include all analysis and approval to execute said flight testing. The reports due during the first 12 months of the base period will determine if Option 1 and Option 2 will be exercised. Option 1 and Option 2 will have a 12 month period of performance and run concurrently with the second 12 months of the base period. Option 3 tasking shall include the extension of the aero-optic turbulence mitigation to the supersonic speed region and will include tasking similar to above. Reports due at the end of the 24 month period of performance of the Base, Option 1 and Option 2 will determine if Option 3 is exercised. Option 3 will have a period of performance of 36 months. If all options are exercised, the period of performance shall be 60 months and contract will not exceed 5 years. This effort will be under contract N68335-17-C-0005. 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 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 STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and 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 Department of Defense Program Competitive Solicitation issued under the STTR Program. As described above, only MZA 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. STTR 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: 24 months Option 1: 12 months, concurrent with Base effort Option 2: 12 months, concurrent with Base effort Option 3: 36 months (after combined Base, Option 1 and Option 2's 24 month POP) If all options are exercised, the period of performance shall be 60 months and contract will not exceed 5 years. 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 MZA 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-0005/listing.html)
 
Record
SN04408955-W 20170223/170221234951-d57750efa368c41e554f6107fad01c8b (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.