Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

R -- SBIR Phase III Topic N00-123 entitled "Ship Mission Readiness Measurement System"

Notice Date
5/2/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
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
N6833517F0071
 
Archive Date
5/31/2017
 
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
N6833517F0071
 
Award Date
5/1/2017
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Department of the Navy, 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 Basic Ordering Agreement order to DDL OMNI Engineering, LLC (DDL OMNI), McLean, Virginia. DDL OMNI, Micro Analysis and Design, Inc. (MA&D), and Digital System Resources, Inc. were awarded SBIR Phase I contract numbers N00024-01-C-4042 on 26 February 2001, N00024-01-C-4040 on 12 February 2001, and N00024-01-C-4041 on 9 February 2001 respectively, resulting from Solicitation 00.2, Topic N00-123. Topic N00-123 was entitled "Ship Mission Readiness Measurement System." DDL OMNI and MA&D were subsequently awarded SBIR Phase II contract numbers N00024-03-C-4100 on 23 May 2003 and N00024-04-C-4139 on 29 December 2003 respectively. DDL OMNI was awarded SBIR Phase III contract numbers N00024-06-C-5407 on 21 March 2006 and N68335-14-G-0057 on 30 September 2014 respectively. Topic N00-123 sought the development a new technology for measuring a ship's readiness to conduct assigned missions. The U.S. Navy has undertaken several initiatives to develop and deploy automated combat training systems aboard its ships. The trend is toward increased use of modeling and simulation based systems which (1) simulate the ship's combat system elements or (2) simulate the tactical environment in a training mode of the combat system, or (3) a combination of these. In each case, the combat operators interact with the synthetic environment through their operational consoles and displays. They observe and interpret displayed information representing the environment. They then execute tasks as appropriate to neutralize simulated threats, coordinate actions with simulated friendly forces, and allocate sensor and weapon resources. Current training systems typically collect ground truth and performance data during such training events, and they compile this data into after-action debrief products. Specific data collected is typically a function of the particular training system used to create the synthetic environment. The drawback of current and emerging training systems is that they collect and process data items that are sometimes unrelated and often uncorrelated with overall mission effectiveness. No measurement system exists which can operate independently of the source of the synthetic environment and which can collect and process mission effectiveness data in a consistent way across training events and training systems. Phase I sought to research the cognitive tasks and team behaviors associated with combat operations at sea, and develop an initial set of measurable parameters that reflect a ship's mission readiness. Parameters were measured at the individual and combat team level and encompassed individual and team combat skills, combat system material readiness, and casualties. The technology demonstrated the feasibility of a measurement system and developed a software prototype that could collect and analyze data to support the initial set of parameters to be measured. The feasibility of automatically collecting data in a shipboard environment was assessed, across various training events, and aggregating the results to assess total ship readiness. Phase II sought to develop, test, and demonstrate a prototype readiness measurement system by installation in conjunction with at least two dissimilar training systems. Individual and team skills parameters were collected automatically from training systems and through passive taps on tactical system interfaces. The system accepted casualty status and other combat system material readiness information via combat system interfaces and readiness data was collected and analyzed for a series of training events. The demonstration showed the ability to measure improvements in mission readiness over time. Additionally, the system provided diagnostic information in the form of remedial maintenance recommendations and/or individual and team learning objectives for subsequent training events. A producibility and manning analysis was performed that demonstrated the ability to measure and assess readiness, on demand, with no increase in shipboard manning or workload. Finally, an initial production design unit was produced. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, II, and III efforts described in paragraph 2, and is for the continued support of Commander, Naval Surface Force, Atlantic (COMNAVSURFLANT (CNSL)), and associated commands, with technical expertise and readiness analysis as required for the evaluation of fleet readiness and examination of procedures. The Automated Readiness Measurement System (ARMS) will provide a basis for improvement in process development and reporting among CNSL staffs and units as well as commands supporting or working in consort with CNSL. To effectively implement this effort, CNSL needs to have a clear understanding of common standards and processes to remove impediments, to exchange information, and to foster open transparent / collaboration. As such, the use of ARMS applications is a "living" Fleet readiness tool that will be subject to continuous updating and revision based on analysis, fleet feedback, and lessons learned from actual practices. The deliverables of this project are a Fleet Material Readiness Analysis of Readiness Initiatives associated with Test, Measurement, and diagnostic Equipment; Automated Test Systems and Metrology and Calibration programs; and Technical Support associated with readiness measurement, analysis, and display. This effort will be N68335-17-F-0071. 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, II, and III 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 SBIR Program. As described above, only DDL OMNI 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: 36 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 DDL OMNI 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/N6833517F0071/listing.html)
 
Record
SN04493514-W 20170504/170502235739-898f12a65ca3d2e360e40ad856c09f4b (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.