Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083.

A -- DEVELOPMENTAL AIRCREW SYSTEMS AND DEVICES FOR USE IN HIGH PERFORMANCE TACTICAL AND ROTARY AIRCRAFT SOL N68335-96-BAA-0001 DUE 063097 POC Dianne Mount Code 2131DM, (908) 323-2903. Broad Agency Announcement 6141-BAA1. Interested in receiving proposals for Developmental Aircrew Systems and Devices for use in High Performance Tactical and Rotary Aircraft. Responses to this BAA will be accepted at the Procurement Office during the twelve (12) month period from the date of this announcement. Responses are required to be submitted in accordance with the guidelines set forth herein. The selection of one or more sources for contract award will be based on a scientific and engineering evaluation of the response (technical and cost as it relates to technical effort) to determine the merit of the technical approach used. New, innovative, and creative approaches functionally integrated to advanced concept aircrew systems and devices which offer enhanced crew protection/performance in Navy tactical rotary and support aircraft are of primary interest. Specifically, emphasis is on novel and unique concepts for current and future aircraft which offer state-of-the-art crew protection/performance in the following areas: (1) Sustained G-induced loss of consciousness (GLOC) protection up to +9GZ (present) and +12GZ (future) with 18G/sec onset rates. {TACAIR application} (2) Expanded mission altitude capabilities up to 70,000 ft. {TACAIR application} (3) Cold water protection in 28 degree F water for six (6) hours with a secondary anti-exposure platform. (4) Heat stress protection in cockpit temperatures typically ranging to 140 degrees F, with temporary excursions to 160 degrees F. (5) Chemical and biological agent protection for primarily vapor threat extending to liquid vapor and aerosol threat. (6) Integrated, operator-centered tactical helmet mounted sight/display and multi-mode helmet vision system technology. (7) Aircrew and equipment compatibility with laser and nuclear flashblindness protection. (8) Aircrew breathing systems compatible with current systems (OBOGS and LOX) and advanced concept approaches for future aircraft applications. (9) All axes of restraint. (10) Advanced emergency egress/escape concepts. {TACAIR application} (11) Urine collection devices for female aviators. Offerors may address one, or more than one, of the characteristics stated above. Proposals shall be limited to exploratory development concepts where feasability has been demonstrated. More than one proposal may be submitted. This announcement will be open for twelve (12) months after publication. Proposals may be submitted at any time during this period. Early submission is encouraged. Proposals may be evaluated as they are received or may be collected and reviewed periodically. Award decisions will be based on the following criteria: (1) Overall scientific and technical merit of the proposal. (2) The offeror's ability to demonstrate feasability. (3) The offeror's cababilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives. (4) Realism of proposed cost. The merit of the proposal will be evaluated in relation to the proposed cost and availability of funds. Contractors shall submit five (5) copies of their proposal. Technical proposals should be limited to seventy-five (75) pages. The cost of preparation of the response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. Point of contact for technical issues are James H. Brindle, (215) 441-2026, and Jules Lewyckjy, (215) 441-2193. Point of contact for contractual matters is Dianne Mount, (908) 323-2903. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. Offerors are cautioned that only contracting officers are legally authorized to commit the Government. For planning purposes, the period of performance is estimated to be one (1) year or less at a level of effort of 0.5 to 1.5 man years for each contract. Contract type will be a firm fixed price completion or cost reimbursement. It is expected that several awards will be made. No formal solicitation will be issued; this BAA is the solicitation. Exterior markings on the response shall be as follows: N68335-96-BAA-001, Naval Air Warfare Center, Attn: Dianne Mount, Code 2131000B129-2, Highway 547, Lakehurst, NJ 08733-5082. (0151)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960531\A-0013.SOL)


A - Research and Development Index Page