Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1996 PSA#1669

Office 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