|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1997 PSA#1906Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd.,
West Bethesda, MD 20817-5700 A -- BROAD AGENCY ANNOUNCEMENT IN THE AREA OF US MARINE CORPS MANEUVER
AND LOGISTICS TRANSPORTATION SOL N00167-97-BAA-0056 POC Contracting
Officer: Douglas Smith, 301-2272-1640 BROAD AGENCY ANNOUNCEMENT (BAA)IN
THE AREA OF US MARINE CORPS MANEUVER AND LOGISTICS TRANSPORTATION SOL
N00167 97 BAA 0056 The Naval Surface Warfare Center Carderock Division
(NSWCCD), as MANEUVER IMPERATIVE LEAD AGENCY for the USMC Science and
Technology Program is soliciting abstracts and/or proposals for
technologies and systems engineering applicable to current USMC
vehicles and equipment that will be service life extended, or for new
systems needing to enter service in the 2000 2005 timeframe. This
program aims to perform technical demonstration to assess the
feasibility of advanced components and technology which can provide an
increase to the overall capabilities and extend the life of the Marine
Corps vehicles. The Marine Corps Vehicles and Expeditionary Systems
Department of NSWCCD expects to make multiple contract awards using
Research and Development Streamlined Contracting Procedures as
identified in DFARS Subpart 235.70 . All of the mandatory terms,
clauses and provisions at DFARS 235.7006 are applicable as well as the
following optional clauses hereby incorporated by reference: B.3, B.6,
C.3, E.1, F.1, G.2, G.4, H.1, H.4, I.43, I.46, I.50, I.51, I.52, I.53,
I.65, I.68, I.69, I.70, I.73, I.76, I.82, I.83, I.85, I.86, I.87,
I.89, I.94, I.97, I.107, I.127, I.130, I.132, I.133, I.136, I.144,
I.151, I.155, I.175, I.179, I.180, I.187, I.189, I.195. The standard
clauses in Section L & M of DFARS Subpart 235.70 do not apply. Proposal
preparation and evaluation criteria are contained separately in this
announcement. The clauses and provisions above are those in effect
through FAC 90-44 and DAC 91-11. The Government reserves the right to
revise any of the above clauses or add additional clauses as needed
depending on the nature of the specific contract. In addition, the
Government also reserves the right to enter into other types of
contractual arrangements such as Cooperative Research and Development
Agreements (CRADAs) to identify and demonstrate advanced technology and
improved capability andCooperative Agreements. Efforts funded under
this BAA which prove to increase the capabilities of the Marine Corps
will be considered for inclusion (subject to funding availability) in
planned Advanced Technology Demonstration Projects in FY98, FY99, and
FY00. PROPOSALS and ABSTRACTS within the following areas are being
sought: 1.) Enhanced Capability for Logistic Vehicle System Replacement
(LVS R) to include technologies for, but not limited to: advanced frame
and structures; platform concepts; corrosion prevention; advanced
propulsion and mobility systems to include engines/power generation,
suspension, wheels/traction devices, transmission, and other component
technology or vehicle subsystems; systems engineering and integration,
2.) Enhanced Capability/Improved RAM D for Light Armored Vehicle
Service Life Extension Program (LAV SLEP) to include, but not limited
to technologies and systems for: improved reliability, availability,
maintainability, durability, sustainability, reduced life cycle cost,
and corrosion prevention; advanced propulsion and mobility systems to
include engines/power generation, suspension, wheels/traction devices,
transmissions, propulsors, and other component technology or vehicle
subsystems; weapon systems adaptation and integration for improved
firepower; integrated C4I2 systems for reconnaissance, surveillance,
target acquisition and coordination; systems engineering and
integration, 3.) Enhanced capability and improved RAM D for Riverine
Craft, to include Rigid Raiding Craft, Combat Rubber Raiding Craft,
Riverine Assault Craft, and future family of Small Unit Riverine Craft,
4.) Future mobility, survivability, corrosion prevention, logistics and
vehicle platform concepts that embody Operational Maneuver from the
Sea. Any effort that proposes, as its main task, to study the problem
and propose solution will not be considered for award. Supplemental
information is available electronically at the USMC Science and
Technology Web Site at http://www.usmc-awt.brtrc.com/. This information
will only be available electronically. Interested parties can present
full proposals or abstracts in response to this announcement. More than
one area may be addressed, but each area's abstract must stand alone.
Each proposal and abstract shall include: 1.) technical approach, 2.)
proposed program plan that includes a scope of effort and deliverables,
3.) cost estimate and rational, and 4.) Period of performance.
Abstracts shall not exceed 5 pages and proposals shall not exceed 30
pages, including graphics. Format shall be: 8.5 by 11 inch paper,
single spaced, type size no smaller than 10 point (including type in
graphics and charts), and printed on one side with sequentially
numbered pages. An original and 3 copies of each submission shall be
submitted. This Broad Agency Announcement shall remain open for 12
months from initial release, and proposals/abstracts may be submitted
at any time in this period. Initial proposals/abstracts for
consideration in FY98/99 planning cycles should be received by 1
October 1997. Abstracts submitted after that date are welcome, but will
probably only be considered for out-year funding. Other activities
within the Marine Corps and Ground Vehicle community may elect to have
proposals submitted via this solicitation to fulfill their needs.
Unclassified abstracts shall be submitted to NSWCCD, Code 3323, POC
Doug Smith, 9500 MacArthur Blvd., West Bethesda, MD 20817 5700.
Classified abstracts shall be sent to NSWCCD, Classified Mail and
Records, Code 3432, M/F: D. Smith, 3323, West Bethesda, MD 20817 5700.
Submissions will be evaluated upon receipt and consideration in one
area of interest will not preclude consideration in other areas of
interest. Submitters of abstracts found to be consistent with the
intent of this announcement will be invited to submit full technical
and cost proposals. Submitters of proposals found to be consistent with
the intent of this announcement will be contacted and contract
negotiations will be entered into. NSWCCD will respond in writing
indicating whether a full proposal or additional information is
requested and the date due. Format of full proposals will be provided
at that time. Such invitation does not assure that the submitting
organization will be awarded a subsequent contract. GENERAL INFORMATION
AND EVALUATION CRITERIA: Abstracts and Proposals will be evaluated by
a scientific review process for technical merit, weighing the potential
benefit of meeting the USMC Requirements, Goals, and Needs. Abstract
and Proposals will also be evaluated for cost, terms, and
qualifications of the Offeror. Cost will be evaluated for
reasonableness in conjunction with technical merit, but is ranked lower
than technical merit in importance. The selection of one or more
sources for invitation to submit a proposal and eventual contract award
shall be based on their technical merit, funds availability, and their
potential to increase the capabilities of the Marine Corps. There
shall be no formal RFP. The Government reserves the right to select for
award, any, part of, all, or none of the abstract or proposals
received. This BAA is an expression of interest only and does not
commit the Government to pay for any abstract or proposal costs related
to this announcement. Offerors are advised that only the Contracting
Officer is legally authorized to commit the Government to a contract.
Evaluation of each submission will be performed using the following
criteria listed in descending order of importance: 1.) overall
operational and technical merit, 2.) potential for the offerors concept
to meet USMC Requirements, capabilities and needs, 3.) the offerors
capabilities, related experience, facilities, techniques or unique
combination of these which are integral factors for achieving the
proposed objectives, 4.) the qualifications, capabilities, and
experience of the proposed key personnel who will be assigned to carry
out the program tasks, and 5.) realism of proposed costs and
availability of funds. Any questions regarding this BAA may be
submitted to the following persons: Contractual: Doug Smith,
dsmith@oasys.dt.navy.mil, (301)227 1640, fax (301)227 3638, Technical:
LVS-R: Steve Ouimette, ouimette@oasys.dt.navy.mil, (301) 227 4219, fax
(301) 227 4389, LAV-SLEP: Mylene Ouimette, mouimett@oasys.dt.navy.mil,
(301) 227 4223, fax (301) 227 4389, Riverine Craft: Rod Peterson,
peterson@oasys.dt.navy.mil, (301) 227 4218, fax (301) 227 4389. (0219) Loren Data Corp. http://www.ld.com (SYN# 0003 19970811\A-0003.SOL)
A - Research and Development Index Page
|
|