Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1997 PSA#1898

Commander, Naval Sea Systems Command, SEA 02631G, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160

A -- RESEARCH AND DEVELOPMENT FOR USE IN THE HIGH GAIN MULTI- LINE TOWED ARRAY (HGMLTA) PROJECT SOL N00024-97-R-6385 POC Mr. Rick Gunderson, (703) 602-0951, Contracting Officer, Mr. Steve Caracciolo, (703) 602-0951 A-The Program Executive Office for UnderSea Warfare (PEO(USW)), Advanced Systems and Technology Office (ASTO), Arlington, VA is soliciting new and innovative designs and concepts for a high gain multi-line towed array (HGMLTA) testbed to demonstrate at sea the performance necessary to provide a high gain passive acoustic sensor to the submarine fleet. ASTO and the Naval UnderSea Warfare Center Division Newport (NUWCDIVNPT) will offer an industry briefing on requirements and current developments. The Navy intends to develop new towed array concepts and technology, to build a reconfigurable HGMLTA testbed and to collect performance data at sea. The scope of this broad agency announcement (BAA) includes relevant research, analysis, design, and fabrication of a HGMLTA testbed. This HGMLTA testbed is envisioned to be comprised of various combinations of linear array modules which are capable of reconfiguration into very large volumetric apertures with differing numbers of array lines, bandwidths, and aperture lengths. A three year phased effort is envisioned, with planned contract funding (if available) as follows: HGMLTA Testbed Architecture Study, Critical Component Prototyping & Testing, Array Electrical/Mechanical Design (FY 1998 $600K); Prototype HGMLTA Array Module Design, Fabrication, & Critical Item Testing (FY 1999 -- $1370K); and HGMLTA Testbed Fabrication, Integration, Testing and R/V Demo (FY 2000 -- $2530K). Proposed effort may address specific areas or components where offerors wish to participate or may address the entire scope. Where multiple areas are proposed, proposals should be structured so that each area identified above is separately delineated. Proposed efforts must have the potential for demonstrating the required performance and/or affordability improvement against the defined threats in the specified environments. This BAA will be open for 1 year from the date of the announcement. Proposals may be submitted at any time within that period. However, Navy evaluation will not commence prior to October 1997. Contracts, grants, cooperative agreements and "other transactions", as appropriate, will be awarded limited by funding availability. Therefore, early submission of proposals is desirable and encouraged. The Navy desires initial awards no later than March 1998. Contractors may submit study proposals. Studies, if proposed, should identify innovative solutions, technologies, cost drivers, and development approaches suitable for demonstration within 24 months from award. No award can be made without a proposal to perform a specific effort within an estimated cost and time framework. Industry, Small Businesses, Small Disadvantaged Businesses, educational institutions, Historically Black Colleges and University and Minority Institutions are encouraged to participate. Proposals should be submitted to the Cognizant Contracting Activity whose address is: Commander, Naval Sea Systems Command, ATTN: Code 02631G, Rick Gunderson 2531 Jefferson Davis Highway Arlington, VA 22242-5160 Contracting Point-of-Contact is Rick Gunderson, telephone (703) 602-0951, facsimile (703) 602-7023 and e-mail gunderson_rick@hq.navsea.navy.mil. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. Offerors may submit their technical proposals (5 paper copies and 1 electronic copy using at least Microsoft Office Suite 4.3) and cost proposals (1 copy) at any time after the industry brief and within the 1 year period of this announcement. A briefing to interested offerors will take place at Naval Underwater Systems Center Division, Newport Auditorium (Bldg. 990), on September 9, 1997 from 0900 to 1200. Following an overview of the HGMLTA project, more specific information on the areas of interest listed above, along with related risk areas, will be provided. The names of those wishing to attend the industry briefing should be provided to John Law no later than by August 26, 1997. He may be reached by telephone at (401) 841-7505 x38189, by facsimile at (401) 841-7453, or by e-mail at law_john_f@c20msm.npt.nuwc.navy.mil. Provide a copy of attendee information to Program Executive Officer, UnderSea Warfare, Advanced Systems and Technology Office (Attn: Kim Crocker, ASTO-C4), 2531 Jefferson Davis Highway, Arlington, VA 22242-5169. Mr. Crocker may also be reached by telephone at (703) 604-6013 (x548), by facsimile at (703) 604-6056, and by e-mail at crocker_ kim@hq.navsea.navy.mil. The briefing will be classified CONFIDENTIAL. A visit request and security clearance should be coordinated with NUWCDIVNPT security, telephone (401) 841-2551, facsimile (401) 841-4396. State the purpose of the visit as: Attendance at Industry Brief regarding Broad Agency Announcement N00024-97-R-6385 for High Gain Multiline Towed Array (HGMLTA) Testbed. New visit requests must be submitted for this visit only. Attendance is limited to no more than two representatives from each company or institution. Questions arising from this announcement may be submitted at the briefing or directly to the Contracting Point-of-Contact. Preliminary answers to written questions may be provided after the briefing if time and the scope of the question permits. Written final answers will be provided as soon as possible after the briefing to all attendees. Copies of the briefing package will be provided to all interested parties, as will a bibliography of relevant available documents. NUWCDIVNPT will provide library services and facilities for these documents. Users will be responsible for ensuring that clearance/visit requests are on file with ASTO and NUWCDIVNPT security. Offerors may submit separate proposals on any or all areas of interest. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. Proposals shall consist of two separately bound volumes; Volume I shall provide the technical proposal and management approach and Volume II shall address cost. Although length is not specified, succinct proposals are desired. Volume I shall include the following sections, each starting on a new page: A. A cover page, including proposal title, technical and administrative points-of-contact along with the telephone and facsimile numbers, followed by a letter signed by the authorized officer specifying the proposal validity period (at least 120 days). B. A one-page overview of the proposed technologies and/or concepts as well as any innovative claims for the proposed research and how they will contribute to the HGMLTA testbed and support the objectives of a technology evaluation and demonstration; C. A one-page summary of the deliverables including data associated with the proposed research. D. A one-page summary of the schedule and milestones for the proposed research which can be traced to the Work Breakdown Structure (WBS). E. A one-page WBS. F. A succinct Statement of Work clearly detailing the scope and objectives of the work and, if any, specific contractor requirements. If any portion of the research is predicated upon the use of Government-owned resources of any type, the contractor 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. G. Technical arguments that substantiate claims made in the overview (proposal section B) and a technical approach consistent with the deliverables and schedule (proposal sections C and D). Technical arguments should also address the major risk areas presented at the Industry Brief. H. A description of the results, products, and transferable technology expected from the contract. I. A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas, previous cost and schedule performance, and the qualifications of the previous investigators. J. A brief discussion of the overall approach to the management of this effort, including brief discussions of total organization, use of personnel and their qualifications, project/function/subcontractor relationships, technology transition plans, government research interfaces, and planning, scheduling, and control practices. Volume II shall include the one-page work breakdown structure, a cost summary, and a breakdown of cost for the effort. Evaluation of proposals will be based on the following criteria: (1) The overall technical merit of the proposed approach including the potential significance of the proposed effort to the HGMLTA testbed and the innovative aspects of the proposed effort. The extent to which the design is based on Open System Architecture, COTS components and recognized industry standards and the extent to which the technology can be applied to multiple applications and platforms will be factors in this area. (2) The offeror's capabilities, including the qualifications, demonstrated capabilities, and experience of the key personnel who are critical to program success; related corporate experience; past performance; facilities, techniques, or unique combinations thereof that are integral factors for achieving the proposed objectives. (3) The realism of estimated costs and schedules, and the potential affordability impact on the Navy. These criteria are in descending order of importance for evaluation purposes with technical merit significantly more important than either of the other evaluation criteria. Offerors are also invited to submit recommendations and comments on type of agreement (contract, grant, cooperative agreement or "other transaction") to be utilized for the proposed effort. This information will not be utilized as an award selection criterion, but may be used in structuring the award. (0209)

Loren Data Corp. http://www.ld.com (SYN# 0013 19970730\A-0013.SOL)


A - Research and Development Index Page