Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588

COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001

A -- SURF ZONE TECHNOLOGY MINE AND OBSTACLE CLEARANCE SOL N61331-96-R-0024 DUE 060496 POC Mary Kitchen, Contract Specialist, (904)235-5389 Carol A. Dreger, Contracting Officer, (904)234-4863. The Naval Surface Warfare Center, Dahlgren Division, Coastal Systems Station (COASTSTA) Panama City, Florida is seeking proposals for research and development to support the Office of Naval Research Science and Technology Program, Surf Zone Technology Mine and Obstacle Clearance. As many as three promising concept proposals may be funded. Innovative mechanisms are sought which will potentially mature to demonstrate and develop capabilities for the following subject areas of interest including, but not limited to: (1) In stride clearance, probably by energetic means (explosives, pulse power, burial), (2) Marking of lanes or obstacles by unique methods; that is, other than Global Positioning System (GPS) and channel markers, (3) Clearance capability organic to Amphibious Landing Craft (LCAC), Advance Assault Amphibious Vehicles (AAAV), Assault Amphibious Vehicles (AAV), (4) Concept that can accomplish a combination of items (1) through (3) above. Proposed work should be structured to have a base period of performance of 12 months, but may include multiple year phased options that extend beyond the initial period. Studies, if proposed, should include an evaluation of current or emerging technologies that would provide significant advancement in surf zone mine and obstacle clearance capability and development approaches suitable for demonstration. Multiple (approximately 3) cost plus fixed fee type contracts, which are not to exceed $100,000.00 each for the first year, are expected to be awarded as a result of this BAA. Initial Contractor selections can be expected during the fourth quarter of fiscal year (FY) 1996, or FY 1997. Offerors interested in multiple subject areas must submit a separate proposal for each area. Offerors with multiple approaches to a single area may submit proposals for each approach to that area. However, a proposal that covers more than one area or more than a single approach to an area will be considered only in subject area 4. No award can be made without a proposal to perform a specific effort within an estimated time and cost framework. Full proposals shall consist of an original and two copies of two volumes: Volume I for the technical proposal and managmement approach and Volume II for cost. Proposals shall be submitted in the following format: 8.5 x 11 inch, single or double spaced, in at least ten point type, margins not less than one inch, single-sided printing, and pages numbered. Each proposal shall address only one subject area and one approach to that area. Offerors must be able to certify that they have a SECRET facility clearance. Volume I is limited to 15 single-sided pages (a Volume I in excess of 15 pages will be deemed non-responsive). Total allowed page count includes figures. Each foldout, if used, shall be counted as one page. Volume I shall include the following sections, each starting on a new page: (1) A single cover page, including title, BAA number, technical and administrative points of contact with telephone and facsimile numbers and Internet addresses; (2) A single page summarizing: a) the innovative claims for the proposed research including, if applicable, an assessment of potential dual use or commercial applications; b) any proprietary claims to results, prototypes, or systems supporting or necessary for the use of research, results, or a prototype. If there are not proprietary claims, this section shall consist of a statement to that effect; (3) A Statement of Work, approximately three pages in length, clearly detailing the scope and objectives of the effort. Optional work shall be clearly distinguishable from the baseline effort. If any portion of the research is predicated upon the use of Government owned resources of any type, the offeror shall clearly identify the resources required, the date the resource is required, the duration of the requirement, the source from which the resource may be acquired (if known), and the impact on the research if the resource is not provided; (4) A one page summary description of the results and products expected from the effort; (5) A one page summary of the schedule and milestones, including brief discussions of project/function/subcontractor relationships, technology transition plans, and Government research interfaces. (6) A discussion, approximately two pages in length, describing previous accomplishments and work in this or closely related areas, and the qualifications of the principle investigator(s). Cost Proposal (no page limitation) - Volume I of the proposal shall include a one-page cost and fee summary for the effort (inclusive of any proposed options). Costs shall be supported with breakdowns by task, labor hours by labor catagory, materials and purchase history, travel, computer and other direct and indirect costs. An explanation of any estimating factors, including their deriviation and application, shall be provided. Details of any cost sharing to be undertaken by the offeror should be included in the cost proposal. Evaluation of proposals will be based on the following criteria, in order of importance: (1) the potential significance to surf zone mine and obstacle clearance. (2) the innovative aspects of the proposed effort, including the potential for dual use and commercial applications. (3) the qualifications, capabilities, and experience of the proposed principal investigator(s) who are key to project success. (4) defensibility of estimated costs. All responsive sources may submit a proposal which will be considered by NSWCDD COASTSYSTA. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals or join others in submitting proposals, however no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of surf zone mine and obstacle clearance for exclusive competition among these entities. This announcement constitutes a Broad Agency Announcment (BAA) as contemplated in FAR 6.102(d)(2)(I). The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. Questions regarding this announcement should be directed to the Contract Specialist identified herein. Interested parties are invited to respond to this synopsis. All resonsible parties responses will be considered. All unclassified proposals should be sent to Coastal Systems Station, Dahlgren Division, NSWC, 6703 W. Highway 98, Panama City, FL 32407-7001, ATTN: Code SC12, M. Kitchen. (0123)

Loren Data Corp. http://www.ld.com (SYN# 0006 19960503\A-0006.SOL)


A - Research and Development Index Page