|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030Supply Department Indian Head Division, Naval Surface Warfare Center,
101 Strauss Ave, Indian Head, MD 20640-5035 A -- BAA 98-002 EXPLOSIVE TECHNOLOGY AND INSENSITIVE MUNITIONS SOL
N00174 BAA 98-002 POC B. Price, Contract Specialist, Cose 1143B, (301)
743-6570 P. Kennedy, Contracting Officer, 1143 The Indian Head
Division, Naval Surface Warfare Center, in collaboration with the Naval
Sea Systems Command, has an interest in research proposals related to
explosive technology and insensitive munitions. Specific areas of
interest are: 1. Formulation of explosive compositions which posses
improved performance and/or vulnerability over military explosives
currently available, 2. Development of sympathetic detonation resistant
bombfill explosives -- compositions which can be blended using
traditional melt-cast processing techniques are especially encouraged,
3. Explosiveswith enhanced underwater shock output, and 4. Formulation
effortsand techniques for the extrusion of small critical diameter
(< 0.5") explosive compositions optimized for enhanced underwater
energy output. 5.Development of very high energy cast, pressed, and
extrudable explosive compositions which utilize high density, inert or
energetic binders. Explosives are to be tailored for improved metal
accelerating capability with acceptable vulnerability characteristics.
6. Development of high performance gun projectile explosive fills that
are insensitive to the gun setback environment. Offerors are requested
to submit an abstract of their proposed effort prior to submitting a
complete proposal. The purpose of the abstract is to preclude
unwarranted effort on the part of the offeror in preparing a full
proposal. It is not a requirement for submission or selectionofa
proposal. Any offeror whose abstract is found to be consistent with the
intent of the BAA will be invited to submit a full technical and cost
proposal. Such an invitation does not assure subsequent contract award.
Abstracts should conform to the following format: (a) Title Page --
Clearly labeled "PROPOSAL ABSTRACT," including the BAA technical
points-of-contact along with telephone and facsimile numbers, and
signed by the authorized officer, (b) Summary -- Limited to five pages
to include: an overviewof the proposed technologies and/or concept and
how they support the objectives of the program, deliveries associated
with the research and development, including estimates of the cost for
each major deliverable per year, and total cost. Proposals submitted
within 12 months after publication of this BAA will be considered for
award if funding is available. Proposed work should be structured to
have a base period of performance of 12 months, butmay include multiple
year phased options that could extend beyond the initial 12 month
period. All efforts should be broken down intosubtasks that are about
$30K-$150K. No award can be made without a proposal to perform specific
effort within an estimated cost and time framework. IHDIV, NSWC
anticipates that initial selectinos maybe made during the fourth
quarter of FY 98. 1. This ammouncement will remain open for 365 days
from the date of publication. Offerors may submit separate proposal
abstracts on any or all of the specified areas of interest. Abstracts
will not be accepted after 300 days from the announcements publication.
2. Proposals may be reviewed and acted on as they arrive. The
government reserves the right to select for award all, some, or none of
the proposals received in response to this announcement. 3. It is the
policy of IHDIV, NSWC to treat all proposals as competitive information
and to disclose the contents only for the purpose of evaluation.
Proposals shall consist of two separately bound volumes. Volume I shall
provide the technical proposal and management approach, and Volume II
shall address cost. The proposals shall be prepared in the following
format: 8.5 x 11 inches, single or double spaced, in at least ten point
type, with margins not less than one inch, one sided printing and pages
numbered. Volume I must be no longer than 40 single sided pages in
length. Total allowed page count includes figures. Each foldout
section, if foldouts are used, shall be counted as one page. Bolume I
shall include the following sections, each starting on a new page: (a)
A cover page, including BAA number, BAA project name, 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 summary of the deliverables associated with
the proposed rese4arch. (c) A one page summary of schedule and
milestones for the proposed research. (d) A one page summary of any
proprietary claims to results, prototypes, or systems developed in or
supporting this proposal and/or necessary for the later use of the
research, results, and/or prototype. If there are no proprietary
claims, section shall consist of statement to that effect. (e) A
statement of work of not more that five pages, clearly detailing the
scope and objectives of the effort 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
edentify 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. (f) Technical arguments that substantiate claims made in
Section (b) and a technical approach description consistent with
Sections (c) and (d). (g) A description of the results, products, and
transferable technology expected from the project. (h) A discussion of
no more than five pages giving previous accomplishments and work in
this or closely related research areas, and the qualifications of the
investigators. (i) A discussion no more than five pages long that
includes brief discussions of total organization, use of personnel,
project/function/subcontractor relationships, technology transition
plans, government research interfaces, planning, scheduling, and
control practices. Volume II shall include a one page cost and fee
summary, and detailed cost breakdowns by option year and by task or
subtasks of labor hours by labor category and tasks/subtasks, material
by vendor quotes and purchase history, travel, computr 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. Offerors should submit proposals (original, and
2 hard copies referencing the BAA No. 98-002) to Indian Head Division,
Naval Surface Warfare Center, Attn: Code 1143B, B. Price, 101 Strauss
Ave Indian Head MD 20640-5035. To be considered in the initial
contract qaward period, proposals should be submitted by offerors as
soon as practical after being notified that their abstract was found to
be consistent with the BAA, and preferably not later than 30 days after
notification. Evaluations of proposals will be based on the following
criteria in order of importance: (1) Overall scientific and technical
merits of the proposed effort, (2) Potintial contributions of the
effort to specific Navy missions in energetic materials and warhead
technology, as made clear in the proposal, (3) The offeror's
capabilities, related experience, facilities, techniques, or unique
qualifications, capabilities, and experience of the proposal
objectives, (4) Innovation in the identification of problems and
approaches to solutions, and (5) Realism of the proposed cost and
availability of funds. All proposals submitted to IHDIV, NSWC under
this announcement shall be considered government property. This
announcement solicits the participation of all offerors capable of
satisfying the governments needs. The government will not coverany cost
for proposal preparation, nor pay, as a direct expense preparatin cost
on awarded contracts. (0040) Loren Data Corp. http://www.ld.com (SYN# 0008 19980211\A-0008.SOL)
A - Research and Development Index Page
|
|