Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1995 PSA#1348

U.S. Army ARDEC, AMSTA-AR-PCW-C, Bldg 10, Picatinny Arsenal, NJ 07806-5000 Marc A. MCCLOUD, CONTRACT SPECIALIST

A -- BROAD AGENCY ANNOUNCEMENT SOL DAAE30-BAA-0004, DUE 061595 SH APED CHARGED CONCEPTS, POC: MARC A. MCCLOUD, CONTRACT SPECIALIST OFFICER, MAJOR STEPHEN C. SKINNER, E-MAIL = SKINNER. SOL DAAE30-BAA-0004 DUE 061595 POC Marc MCCLOUD, CONTRACT SPECIALIST, 201-724-3090. Broad Agency Announcement SOL DAAE30-BAA-04 DUE 060195 POC Marc A. McCloud, Contract Specialist, email=mmccloud; Contracting Officer, Major Stephen C. Skinner, email=skinner. The U.S. Army Armament Research, Development and Engineering Center is seeking qualified sources to submit complete proposals in support of scientific study and exploration directed towards shaped charge concepts which would be effective against armor targets at longer standoffs. If successful, this would permit the consideration of anti-armor systems which would function outside of the range of some active protection systems thereby rendering them ineffective. Efforts will be chosen for proposals addressing novel concepts that support mission tasks required for mission success in the following areas, (1) control jet velocity gradient, (2) jet straightness and (3) ductility as well as the (4) ultimate means by which seekers and reactive armor will be dealt with. The anticipated level of long standoff performance should be discussed. Values of performance that would ultimately be required will depend on numerous system factors. This one year effort will consist of design, fabrication and test of shaped charged concepts with the ability to maintain effectiveness while firing through a seeker section and in the attack of vehicles which are also protected by reactive armor. This effort should address the demonstration capability of concepts to defeat Rolled Homogeneous Armor (RHA) at a long standoff. Additional efforts shall include testing against specific range targets. Both evolutionary and revolutionary concepts will be judged on their ability to ultimately meet system requirements. The demonstration shall be restricted to a specific diameter in the range of 100 - 150mm which will be selected by the government with contractor's input. The contractor should propose a range or specific diameter that they would like to work in. The contractor should also cite a range of standoffs which they feel is a realistic goal for their concept. Proposals should be structured to enable such a range of awards. Funding for this effort is subject to congressional appropriations and availability of funds. All proprietary/limited rights data must be identified. Proposals must include a statement of validity for at least 180 days. Information should be provided concerning any ideas that would allow the warhead to switch from long to baseline standoff mode. ARDEC believes that more powerful explosives will play an important role in the ultimate success of this effort. However, in the near term the high current cost of these materials should be weighed against their potential for performance enhancement. Firms interested in participating in the above described research requirements should respond by submitting technical, management, and cost proposals in sets of six (6). Include the name and telephone numbers of technical and business personnel who may be contacted for clarifications and/or authorized to conduct negotiations. The technical proposal should address the proposed research objectives and methodology to the above described requirements and should include a proposed Statement of Work. The Statement of Work should include a discription inititive, deliverable concept of operation including the mission in which the concepts will be most useful. Management proposals should describe the engineering/scientific personnel and facilities available for this research, a proposed performance schedule broken out by task along with completion date, and an historical synopsis of the same or similar research in the above described area. The Government is contemplating a CPFF type contract. Cost proposals shall be submitted on an SF 1411. Resultant contracts will be incrementally funded by fiscal years. The Statement of Work shall breakdown tasks with schedules and costs for each task. A Secret security clearance shall be required. Security Classification Guide for Anti-Armor Warhead Technology dated 09 Feb 95 shall apply to this effort, specifically the paragraph stating, ''However, such innovations in configuration, materials, processes or combinations that would offer actual performance advantages against modern targets of interest should be protected in an appropriate manner.'' The Basis for Award of a contract(s) as a result of this BAA will be an integrated assessment by a team of peers/scientists of the results of the evaluation of the areas, elements, factors as summarized below (along with their relative order of importance), the importance of the proposal to the command's programs, and the availability of funds. The BASIS OF AWARD shall be determined by: Availability of Funds, Importance to Command Programs, Merit Rating and Probable Cost. The availability of funds and importance of the command's programs (which are of equal importance) take precedence over the merit rating and probable cost. Probable cost is of less importance than the merit rating. Technical factors (all of equal importance) are more important than the management factors (all of equal importance). MERIT RATING will be comprised of: Technical (all of equal importance) and Management (all of equal importance). TECHNICAL will be evaluated on Technical Benefits, Soundness of Methodology, and Probability of Success. MANAGEMENT will be evaluated on: Engineering/scientific personnel, Facilities, Performance Schedules and Performance History. The cost proposal will be evaluated, using cost reallism to determine the most probable cost to the Government. The Government will weight any increase in Merit Rating against any additional cost to determine if the parity of the relationship warrants the paying of additional cost for additional merit. Accordingly the Government may award any resulting contract to other than the lowest priced offeror, or other than the offeror with the highest technical rating. Further, the Government reserves the right to make either no award or more than one award. Any resulting contract will contain appropriate FAR and DOD FAR Supplement clauses (and any implementations thereof) appropriate for the type of contract. Prior to contract award, the contractor will be required to submit ''Certifications and Representations''. Data and reporting requirements will be negotiated with the firm(s) selected for contract(s). All offerors shall possess adequate cost accounting procedures six (6) complete copies of each proposal shall be sent to Major S. Skinner, AMSTA-AR-PCW-C, Building 10, Procurement & Production Directorate, ARDEC, Picatinny Arsenal, NJ 07806-5000 by close of business 15 Jun 95. POC for this action is Marc McCloud, Contract Specialist, 201-724-3090. Telephone and/or written requests are not necessary as this announcement constitutes the technical requirement in full text. No other information will be supplied. All proposals should be received by the date and time stated above. (0135)

Loren Data Corp. http://www.ld.com (SYN# 0007 19950516\A-0007.SOL)


A - Research and Development Index Page