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