Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911

Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700

A -- MODIFICATION OF BROAD AGENCY ANNOUNCEMENT IN THE AREA OF U.S. MARINE CORPS MANEUVER AND LOGISTICS TRANSPORTATION SOL N00167-97-BAA-0056 POC POC Contracting Officer Douglas Smith, 301-227-1640 REVISED BROAD AGENCY ANNOUNCEMENT (BAA) IN THE AREA OF US MARINE CORPS MANEUVER AND LOGISTICS TRANSPORTATION SOL N00167 97 BAA 0056 DUE 100197 This revised Broad Agency Announcement eliminates the original paragraph #2 which identified the Light Armored Vehicle Service Life Extension Program (LAV SLEP) as an area of interest for submittals of technology proposals and abstracts under this particular announcement. The LAV SLEP shall be a separate issue in the future. The revised Broad Agency Announcement should now read as follows: 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 90-44and 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 and Cooperative 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 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, 3.) 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, Riverine Craft: Rod Peterson, peterson@oasys.dt.navy.mil, (301) 227 4218, fax (301) 227 4389. (0226)

Loren Data Corp. http://www.ld.com (SYN# 0003 19970818\A-0003.SOL)


A - Research and Development Index Page