|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1996 PSA#1669Office of Naval Research, 800 North Quincy St., Arlington, VA
22217-5660 A -- BEST BUY ADVANCED TECHNOLOGY DEMONSTRATION (ATD), BROAD AGENCY
ANNOUNCEMENT, PART I SOL BAA NO. 96-019 POC POC: Technical Issues:
David Siegel, Program Officer (703) 696-0554; Contracting Issues: Lee
Ann Boyer, Contracting Officer (703) 696-4841, Regina Williams,
Contract Negotiator (703) 696-2583. The Office of Naval Research is
planning to award a contract for the demonstration of composite
projectile technology as described in the following announcement.
Teaming arrangements are encouraged. This announcement constitutes a
Broad Agency Announcement as contemplated by FAR 6.102(d)(2). There
will be no other solicitation issued for this research topic and
offerors should be alert for any BAA amendments that may be published.
The overall objective of the Best Buy Advanced Technology
Demonstration (ATD) is to demonstrate composite projectile technology
with increased strength and reduced mass characteristics compared to
conventional metal technologies currently used in naval gun systems.
The Best Buy ATD will accomplish its goals of enhancing payload and
range through developing and integrating critical new high performance
composite component technologies with a snap joint connection. In
addition, the Best Buy technology demonstration could utilize existing
guidance and control systems, greatly increasing the cost
effectiveness of this ATD program and reducing risk. To achieve its
goals, the Best Buy ATD will demonstrate the following component
technologies: High lift-to-drag composite airframe, Lightweight high
performance composite rocket motor, Lightweight two-piece joint
construction for expanded warhead capacity, Lightweight, compact
submunition dispense mechanism These component technologies will be
developed, tested, integrated, and fully flight tested over the three
year duration of this project. This project will utilize the technology
base recently developed in several programs to reduce risk and cost.
The composite technology knowledge base will be drawn from Army
composite technology efforts and from the Defense Nuclear Agency
composite projectile technology investment. Guidance and control and
actuator technologies and hardware may be leveraged from the several
current guided projectile programs. Major Government and Prime
Contractor program tasks and responsibilities are: Composite technology
component design and testing, airframe integration, and flight test
support - Prime Contractor, Technical oversight, development and
autoloader tests, flight test direction, technology transition - Naval
Surface Warfare Center, Dahlgren Division, Army composite projectile
technology, dispense design and gun launch test support - Army Research
Laboratory, Guidance and control hardware and software support - Prime
Contractor, Actuator hardware and support - Prime Contractor
GOVERNMENT MANAGEMENT - The government management team will follow an
Integrated Product Team (IPT) approach in which the Execution Managers
(PMS 429) representative and the ONR Project Manager co-chair a team
made up of industry and government members including the OPNAV
Transition Sponsor and Science Advisor. Additional government lab
members and advisory team members will complete the team membership.
DELIVERABLES: 1 integrated GN&C set for bench test, 1 integrated
projectile with bench test GN&C for survivability test, 4 auto-loader
test projectiles, 4 unguided ballistic projectiles, 4 GPS/IMU guided
projectiles. Progress Reports: The Prime Contractor will provide
presentations and quarterly progress reports, as requested, following
each fiscal quarter, after the contractors In-Progress Reviews (IPRs).
Test Reports: The Prime Contractor will provide test reports after
completion of each designated major ATD demonstration and test. Final
Report: The Prime Contractor will submit a final report to IPT
Co-Chairs at the completion of the demonstration program describing the
results of all testing. REVIEWS Quarterly IPRs: The IPT will review at
least quarterly, the contractors IPRs covering the entire contract
progress and status. Monthly Progress: The IPT will conduct a progress
review monthly covering fiscal status, technical focus areas, working
groups, safety, testing, plans and issues. Weapon System Explosive
Safety Review Board (WSESRB) Reviews: The Technical Direction Agent
(TDA) will plan and present all required data and plans to the WSESRB
for approval of all matters concerning safety during any at-sea
demonstrations. Final Review: The IPT will conduct a final review
following the final demonstration. This review will cover the entire
program including drawings, test reports, test data, recommendations
for follow-on development, and a transition plan. RESPONSE FORMAT:
Offerors responding to this Broad Agency Announcement are requested to
provide an (original and two copies) of the technical abstract (white
paper), not-to-exceed five (5) pages, in the following format: Section
A: Title, Period of Performance, Cost of Effort, and Name of Company,
Section B: Task Objective, and Section C: Technical Summary. Technical
abstracts shall be submitted within 30 days after publication of this
announcement to: Office of Naval Research, Ballston Centre Tower One,
Mr. David Siegel, Code 351, 800 North Quincy Street, Room 804,
Arlington, VA 22217-5660 Telephone (703) 696-0554. Technical abstracts
will be reviewed and acted upon as they arrive. Those offerors whose
technical abstracts are highly rated will be asked to submit a detailed
technical and cost proposal in two volumes as described below. Both the
technical and cost proposal must be valid for 120 days. Technical
abstracts represent a condensed summary version of Sections (A) through
(J) of Volume I and the cost summary page of Volume II as described
below: Volume I shall include the following sections, each starting
with a new page: (A) A cover page, including title, technical and
administrative points of contact. (B) A one-page summary of the work to
be performed and innovative claims for the proposed development. (C) A
one-page summary of the deliverables from the proposed work. (D) A
one-page summary of the schedule and milestones for the proposed
efforts. (E) A one-page summary of any proprietary claims to results,
prototypes, or systems supporting and/or necessary for the use of the
research, results, and/or prototype. Any patents pending or issued
shall be identified. If there are no proprietary claims, this section
shall consist of a statement to that effect. The proposal shall
specifically address the availability of rights to data, including
computer software as applicable, and the terms thereto, if any. (F) A
Statement of Work of not more than five pages, clearly detailing the
scope and objective of the effort and specific contractor requirements
suitable for contract incorporation. If any portion of the research is
predicated upon the use of Government Owned Resources of any type, the
contractor shall clearly identify the Resource 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 Requirement is not provided. (G) Technical argument
that substantiate claims made in Section (B) and a technical approach
description consistent with sections (C) and (D). (H) A description of
the results and products expected from the effort. (I) A discussion of
no more than three pages giving previous accomplishments and prior work
experience in this or closely related research and development areas,
and the qualifications of the contractor. The Offeror must indicate if
this or a related proposal has been offered to or is under
consideration by any other Government agency. (J) A discussion no more
than three pages long, that describes the overall approach to the
management of this effort, including brief discussions of total
organization, use of personnel, project/function/subcontractor
relationships, technology transition plans, government research
interfaces, and planning, scheduling, and control practices. Volume II
shall include a one-page cost and fee summary for the effort
(inclusive of any proposed options) supported by detailed breakdowns by
task or subtask of labor hours by labor category and task/subtasks,
materials by vendor quotes and purchase history, travel, computer and
other direct and indirect costs. An explanation of any estimating
factors, including their derivation and application, shall be provided.
Details of any cost sharing to be undertaken by the Offeror should be
included in the cost proposal. The accompanying cost proposal/price
breakdown shall be supplied on an SF 1411 (if greater than $500,000).
Any proposed option shall include as a minimum a not-to-exceed estimate
and fixed fee, as applicable. Large businesses submitting proposals
must include its Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan in accordance with FAR 52.219-9. Offerors
invited to submit proposals (original, three copies and a 3 1/2 inch
floppy disc readable for Macintosh or PC in WordPerfect or Word format
referencing BAA No. 96-019) shall send them to: Office of Naval
Research, Ballston Centre Tower One, 800 North Quincy Street, Room 720,
Arlington, Virginia 22217-5660 (Attn: Lee Ann Boyer, Code 253).
Proposals should be submitted by the Offerors as soon as practical
after being notified that their abstract was found to be consistent
with the BAA and no later than 30 October 96. No FAX or E-Mail
abstracts or proposals will be accepted. Offerors are requested to
provide their Commercial and Government Entity (CAGE) number. (0240) Loren Data Corp. http://www.ld.com (SYN# 0001 19960828\A-0001.SOL)
A - Research and Development Index Page
|
|