Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309

Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

A -- BROAD AGENCY ANNOUNCEMENT FOR TOWED ARRAY RECEIVER SUBSYSTEM (TARS) (PART 1 OF 1) SOL N00024-95-R-6308 POC E. Jamie Thompson, SEA 02631T, (703) 602-0951. (This is Part 1 of 2 to BAA N00024-95-R-6308) The Program Executive Office for UnderSea Warfare (PEO(USW)), Advanced Systems and Technology Office (ASTO), Arlington, VA is soliciting new and innovative designs and concepts for a Towed Active Receiver Subsystem (TARS) to demonstrate bistatic mid-frequency performance in reverberation limited environments. The Navy intends to collect tactical data and to develop new towed array concepts and technology. ASTO and the Naval Undersea Warfare Center Division Newport, New London Detachment (NUWC/NLD) will offer an industry briefing on requirements and current developments. The scope of this BAA includes relevant research, analysis & design, towed array and associated modules, any enabling technologies to miniaturize components, integration, and test & evaluation support. Proposed effort may address specific areas or components where offerors wish to participate or may address the entire scope. Where multiple areas are proposed, proposals should be structured so that each area identified above is separately delineated. Proposed effort must have the potential for demonstrating the required performance and/or affordability improvement against the defined threats in the specified environments. The Government is currently developing a fiber optic tow cable and a network-based (ATM/SONET) telemetry kit with associated receiver/telemetry tester and with an embedded monolithic analog signal conditioner (MASC) microchip for signal conditioning of the sensor output prior to A/D conversion. Technical descriptions of the TARS Telemetry including the MASC will be furnished upon request, and the telemetry kit and tow cable will be described during the industry brief. The Government desires to have either unlimited rights, or Government-purpose license rights, in any data delivered under the contract. Because funds for this research are limited, the Government will consider the effect on life cycle costs of limited rights data if such data is proposed for delivery under the contract. If two offerors propose equally innovative concepts, the offeror proposing the most restrictive data rights package may be considered less favorably because of the impact of that package on life cycle costs. Data rights, as well as deliverables, delivery schedules and other contract terms, will be negotiated with the successful offeror(s). This BAA will be open for 1 year from the date of the announcement. Proposals may be submitted at any time within that period; however, Navy evaluation will not commence prior to 30 May 1995. Contract award(s) will be limited by funding availability, therefore, early submission of proposals is desirable and encouraged. The Navy desires to award initial contract(s) in June, 1995 and will attempt to award contract(s) for selected proposal(s) that are received by COB, May 30, 1995 during the June, 1995 time period. Proposed work should be structured to have a base period of performance up to 12 months, but may include multiple year phased options that extend beyond the initial 12 month period. Contract(s) up to $1.6 million (not including options) will be considered for award if funding is available, contract(s) will be cost-plus-fixed-fee type. Contractors may submit study proposals. Studies, if proposed, should identify innovative solutions, technologies, cost drivers, and development approaches suitable for demonstration within 36 months from award. No award can be made without a proposal to perform a specific effort within an estimated cost and time framework. Industry, Small Businesses, Small Disadvantaged Businesses, educational institutions, Historically Black Colleges and Universities and Minority Institutions are encouraged to participate. Proposals should be submitted to the Cognizant Contracting Activity whose address is: Commander, Naval Sea Systems Command, ATTN: Code 02631T, Mr. Jamie Thompson 2531 Jefferson Davis Highway, Arlington, VA 22242-5160 Contracting Point-of-Contact is Mr. Jamie Thompson, telephone (703)602-0951, facsimile (703)602-7023. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i), there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. Offerors may submit their technical (5 copies) and cost (3 copies) proposals at any time after the industry brief and within the 1 year period of this announcement. A briefing to interested offerors will take place at NAVUNSEAWARCEN DET NEW LONDON, Bowditch Auditorium, on 12 April 1995 from 1300 to 1630 to give more specific information on Towed Active Receiver Subsystem (TARS) and towed array technology risk areas. The names of those wishing to attend the industry briefing should be provided by 10 April 1995 to Ms. Joan Mercier, NUWC, NLD Code 332, telephone (203)440-6544, facsimile (203)440-4208, with a copy provided to Program Executive Officer - Undersea Warfare, Advanced Systems and Technology Office (Attn: ASTO-D1), 2531 Jefferson Davis Highway, Arlington, VA 22242-5169. Point of contact at ASTO is Mr. Jeffrey A. Jones, telephone (703)602-3087 x451, facsimile (703)602-5152, JONES_JEFF_A@HQ.NAVSEA.NAVY.MIL and point of contact at NUWC/NLD is Mr. Peter E. Seaman, (203)440-5535, SEAMAN@A1.VSDEC.NL.NUWC.NAVY.MIL. A visit request and security clearance (brief is classified CONFIDENTIAL, U. S. citizens only) should be coordinated with NAVUNSEAWARCEN DET NEW LONDON, Code 0233, Building 41, telephone (203)440-4756, facsimile (203)440-5114. State purpose of the visit as: Attendance at Industry Brief regarding Broad Agency Announcement N00024-95-R-6308 for Towed Active Receiver Subsystem (TARS). New visit requests must be submitted for this visit only. Attendance is limited to no more than two representatives from each company. Questions arising from this announcement may be submitted at the briefing or directly to the Contracting Point-of-Contact. Preliminary answers to written questions will be provided after the briefing if time and the scope of the question permits. Written final answers will be provided as soon as possible after the briefing to all attendees. Copies of the briefing package will be provided to all interested parties as will a bibliography of relevant available documents. NUWC/NLD will provide library services and facilities for these documents. Users will be responsible for ensuring that clearance/visit requests are on file with ASTO and NUWC/NLD security. Offerors may submit separate proposals on any or all areas of interest. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. (For continuation see BAA N00024-95-R-6308 Part 2 of 2) (0080)

Loren Data Corp. http://www.ld.com (SYN# 0003 19950322\A-0003.SOL)


A - Research and Development Index Page