Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030

Supply 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