|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930A -- DEVELOPMENTAL AIRCREW SYSTEMS AND DEVICES FOR USE IN HIGH
PERFORMANCE TACTICAL AND ROTARY AIRCRAFT BAA # N00421-97-BAA-0002 Broad
Agency Announcement soliciting/requesting proposals for Developmental
Aircrew Systems and Devices for use in High Performance Tactical and
Rotary Aircraft. Responses to this BAA will be accepted at the
Procurement Office for a twelve (12) month period from the date of this
announcement. Responses are required to be submitted in accordance with
the guidelines set forth herein. Contract award will be based on a
scientific BAA # N00421-97-BAA-0002 Broad Agency Announcement
soliciting/requesting proposals for Developmental Aircrew Systems and
Devices for use in High Performance Tactical and Rotary Aircraft.
Responses to this BAA will be accepted at the Procurement Office for a
twelve (12) month period from the date of this announcement. Responses
are required to be submitted in accordance with the guidelines set
forth herein. Contract award will be based on a scientific and
engineering evaluation of the response (technical and cost as it
relates to technical effort) to determine the merit of the technical
approach used. New, innovative, and creative approaches for advanced
concept aircrew systems and devices which offer enhanced crew
protection / performance in Navy tactical rotary and support aircraft
are of primary interest. Of primary interest are novel and unique
concepts for current and future aircraft which offer state-of-the-art
crew protection / performance in the following areas: (1) Sustained
G-induced loss of consciousness (GLOC) protection up to +9GZ (present)
and +12GZ (future) with 18G/sec onset rates. (TACAIR application); (2)
Expanded mission altitude capabilities up to 70,000 ft. (TACAIR
application); (3) Cold water protection in 28 degree F water for six
(6) hours with a secondary anti-exposure platform; (4) Heat stress
protection in cockpit temperatures typically ranging to 140 degrees F,
with temporary excursions to 160 degrees F; (5) Chemical and
biological agent protection for primarily vapor threat extending to
liquid vapor and aerosol threat; (6) Integrated, operator-centered
tactical helmet mounted sight / display and multi-mode helmet vision
system technology; (7) Multiple wavelength and/or frequency agile laser
eye protection, (8) Aircrew and equipment compatibility with laser and
nuclear flashblindness protection; (9) Aircrew breathing systems
compatible with current systems (OBOGS and LOX) and advanced concept
approaches for future aircraft applications; (10) All axes of
restraint; (11) Advanced emergency egress / escape concepts. (TACAIR
application); (12) Urine collection devices for female aviators.
Offerors may submit proposals addressing one or more of the concepts
stated above. Proposals shall be limited to exploratory development
where feasibility has already been demonstrated. More than one proposal
may be submitted. Proposals may be submitted at any time during twelve
(12) months period following publication of this announcement. Early
submission is encouraged. Proposals may be evaluated as they are
received or may be collected and reviewed periodically. The merit of
the proposals shall be determined based on the following criteria: (1)
Overall scientific and technical merit, (2) the offeror's ability to
demonstrate feasibility, (3) the offeror's capabilities, related
experience, facilities, techniques or unique combinations of these
which are integral factors for achieving the proposed objectives, and
(4) realism of proposed cost. Contractors shall submit five (5) copies
of their proposal. Technical proposals should be limited to
seventy-five (75) pages. The cost of preparation of the response to
this BAA is not considered an allowable direct charge to the resulting
contract or any other contract. The point of contact for technical
issues is Dr. James Sheehy (301) 342-8480, while Nancy Kuzmick (301)
342-1825 x104 is the point of contact for contractual matters. Offerors
may contact these individuals, at any time, for clarification of
technical / contractual issues and cost response format. Offerors are
cautioned that only contracting officers are legally authorized to
commit the Government. For planning purposes, the period of performance
is estimated to one (1) year or less at a level of effort of 0.5 to 1.5
man years for each contract. Contract type will be a firm fixed price
completion or cost reimbursement. It is expected that several awards
will be made based on availability of funds. No formal solicitation
will be issues; this BAA is the solicitation. Exterior markings on the
response shall be as follows: Contracts Group, Code 25422A, Bldg. 588,
Suite 2, Naval Air Warfare Center, Aircraft Division, 47253 Whalen
Road, Patuxent River, MD 20670-1463. E-MAIL: Kuzmick_ Nancy%PAX9B@MR.
NAWCAD.NAVY.MIL, Kuzmick_Nancy%PAX9B@MR. NAWCAD.NAVY.MIL. Loren Data Corp. http://www.ld.com (SYN# 0500 19970915\SP-0006.MSC)
SP - Special Notices Index Page
|
|