Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

A -- SBIR Phase III Topic N04-007 and N093-168 and N101-005

Notice Date
1/11/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
N68335-18-F-0002
 
Archive Date
2/10/2018
 
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
N68335-18-F-0002
 
Award Date
1/11/2018
 
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 Basic Ordering Agreement (BOA) order to Signal Systems Corporation (SSC), Millersville, MD. Topic N04-007: SSC, Woods Hole Group, Inc., and Ocean Acoustical Services and Instrumentation Systems were awarded SBIR Phase I contract numbers N68335-04-C-0124 on 27 February 2004, N68335-04-C-0125 on 3 March 2004, and N68335-04-C-0126 on 27 February 2004 respectively, resulting from Solicitation 04.1, Topic N04-007 entitled "Continuous Active Sonar Signal Processing." SSC was subsequently awarded SBIR Phase II contract number N68335-05-C-0343 on 22 August 2005. SSC was awarded SBIR Phase III contract numbers N68335-07-D-0010 on 12 December 2006 under which four delivery orders have been awarded previously and N68335-11-G-0017 on 21 April 2011 under which two delivery orders have been awarded previously. Topic N04-007 sought to d evelop low-power Contour Active Source (CAS) technology to solve the localization to attack problem for airborne Antisubmarine Warfare (ASW). Phase I sought to develop and demonstrate preliminary design for a CAS localization-to-attack sonobuoy system. Phase II sought to complete detailed system design and develop and demonstrate a prototype by field-testing critical design parameters. Phase III sought to perform over-the-side testing of the prototype. Topic N093-168: Scientific Innovations, Inc., RDA Inc., and SSC were awarded SBIR phase I contract numbers N68335-10-C-0118 on 22 January 2010, N68335-10-C-0130 on 22 January 2010, and N68335-10-C-0164 on 20 January 2010 respectively, resulting from Solicitation 09.3, Topic N093-168 entitled "Target Localization Using Multi-Static Sonar with Drifting Sonobuoys." SSC and Scientific Innovations, Inc. were subsequently awarded SBIR Phase II contract numbers N68335-12-C-0087 on 1 December 2011 and N68335-12-C-0002 on 14 May 2012 respectively. Topic N093-168 focused on target localization using multi-static sonar with drifting sonobuoys. Phase I sought to d evelop and define an algorithm that yielded accurate locations and accurate confidence limits on location for targets using only acoustic data from drifting active and passive sonobuoys in the ocean. Phase II sought to a apply the algorithm to several sets of field data collected during actual sea tests and demonstrate the algorithm with simulated data using realistic scenarios. Topic N101-005: 3 Phoenix, Inc., Advanced Acoustic Concepts Inc., SSC and Sedna Digital Solutions, LLC were awarded SBIR Phase I contract numbers N68335-10-C-0341, N68335-10-C-0342, N68335-10-C-0343 and N68335-10-C-0344 respectively on 29 April 2010 resulting from Solicitation 10.1, Topic N101-005, entitled "Spread Spectrum Techniques for Sonar Ping Technology." SSC and 3 Phoenix, Inc., were subsequently awarded SBIR Phase II contract numbers N68335-11-C-0092 on 16 March 2011 and N00024-11-C-4012 on 12 September 2011 respectively. SSC was awarded SBIR Phase II.5 contract number N68335-14-C-0074 on 3 February 2014. SSC was also awarded SBIR Phase III contract number N68335-12-C-0318 on 12 July 2012 and BOA N68335-15-G-0032 on 15 July 2015 under which one delivery order has been awarded previously. Topic N101-005 sought to develop a generic sonar system consisting of sonar source that could covertly perform an active search while also being compatible with marine life. Phase I sought to perform a modeling and/or simulation effort to prove feasibility and plan the development of innovative signal and information processing algorithms. Phase II sought to develop and refine the signal and information processing algorithms based on the results of Phase I; design and demonstrate a floating breadboard prototype system; and coordinate field tests to gather and analyze data to improve and verify signal processing. Phase III sought to transition the innovation into a new sonobuoy set as well as into an existing aircraft ASW system and convert the algorithms into source code for an aircraft sonar acoustic system and its system of sources and receivers. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I, II, and III efforts described in paragraph 2, and is to improve multi-static sonar systems by improving the discrimination of target echoes from clutter, resulting in a faster wide area search capability for Air ASW. Existing Air ASW multi-static sonar search systems do not fully exploit all of the scattering information available in the acoustic field. The target localization using multi-static sonar with drifting sonobuoy technology seeks to further demonstrate that multi-static target echoes affect the acoustic field in a manner that allows one to differentiate a target from non-target energy by using vector sensor quantities. A signal subspace approach will be used to develop new vector sensor algorithms that improve upon intensity based methods for the detection of forward scatter targets. In addition to the forward scatter cross range intensity phase anomaly feature, the developer will examine the potential of extracting cross range features in other geometries. The engineering products envisioned for this task order are multi-faceted and focused on technology transition to the fleet. In general these products will fall under one or more of the major categories of advanced development, research and development, intelligence collection, production, and system of systems. Near-term benefits will include systems engineering, modeling and analyses, measurement of target and environment data, architecture, fabrication, installation, test, maintenance, aircrew training, and fleet assistance/training. Additionally, the contractor will perform verification in various environments through the collection, modeling, processing, and measurement of target and environment data to be provided to the Government for improvements to aircrew ASW training. The deliverables of this effort are software definition, design and development; various prototype development, and in-situ testing and evaluation. This effort will be delivery order N68335-18-F-0002, under BOA number N68335-15-G-0032. 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 SSC 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 1: 36 Months Option 2: 36 Months *The total Period of Performance, including Options, shall not exceed 36 months. The Options, if exercised, overlap the Base effort. 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 SSC 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/N68335-18-F-0002/listing.html)
 
Place of Performance
Address: Millersville, Maryland, United States
 
Record
SN04787519-W 20180113/180111231019-67a05efb271420ef8f3dad7c217e52cd (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  © 1994-2020, Loren Data Corp.