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