|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1998 PSA#2041Defense Advanced Research Projects Agency (DARPA), Contracts Management
Office (CMO), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 A -- LOW COST INTERCEPTOR SEEKERS SOL BAA 98-17 DUE 041398 POC
Technical: LTC William R. Johnson, USA, DARPA/STO (FAX: 703-522-6108);
Contracts: Alan Frederick, DARPA/CMD (Phone: 703-696-0047, FAX:
703-696-2208) WEB: http://www.darpa.mil, http://www.darpa.mil. E-MAIL:
BAA98-17@darpa.mil, BAA98-17@darpa.mil. Within the meaning of the
Federal Acquisition Regulation (FAR) at 6.102 and at 35.016, this Broad
Agency Announcement (BAA) constitutes DARPA's entire solicitation for
this Research and Development (R&D). PROGRAM REQUIREMENT: The Defense
Advanced Research Projects Agency (DARPA), Sensor Technology Office
(STO), is soliciting proposals for the concept development phase of a
low cost seeker system program, capable against a wide array of air
vehicle threats. The relatively low cost and simple technology involved
in building subsonic air vehicles, along with availability of low cost,
highly accurate guidance and control systems, make the proliferation of
cruise missiles, unmanned air vehicles (UAVs), and low, slow flying,
piloted aircraft likely threats in future conflicts. These threats
would travel at low speed, have moderately low RCS and IR signatures,
and lack the sophistication to conduct reactive maneuvers, as well as
the inability to direct electronic countermeasures against
interceptors. However, these threats could fly as low as 100 meters
over land, and 30 meters over water, and may be jet-powered, propeller
or rotary-wing driven. They may be employed in a surveillance role,
may carry a small number of weapons, troops, or supplies, or be capable
of jamming surveillance, fire control, navigation, or communications
systems. Additionally, such systems could be capable of dispersing
chemical and biological agents. Proposed seekers (sensor, gimbal if
applicable, signal and data processing, and guidance electronics) must
be able to meet the following constraints when tactically packaged:
weigh less than 30 pounds, survive >100 g's axially and operate in
presence of 50 g's laterally, fit into 6 -- 10 inch diameter by 12 --
24 inch long volume, consume less than 1000 watts, and be capable of
acquiring and homing on a passive threat which has been designated to
a cue volume of (nominally) 1 cubic km -- all at significantly lower
cost (in production quantities of 3000) than current seekers. In
general, low cost, weight, size, and power are highly desired features,
as is the capability to operate in a wide variety of weather
conditions. Packages with multiple sensors that, as a whole seeker
system, meet the above constraints are encouraged (e.g., passive sensor
for homing on jammer signal in midcourse and active sensor for terminal
homing). Conversely, a family of modular seekers which cover different
threats is also of interest. The proposed seeker(s) need not be
capable of engaging all threat types, but a multi-threat capability is
highly desired. Offerors should also consider threat and handover
quality excursions to assess the robustness of their concept. Offerors
are expected to be capable of designing, fabricating, and bench
testing a prototype seeker in future phases of the program. Offerors
are required to indicate, at least notionally, how their concept fits
into an interceptor and overall air defense system, and must identify
and characterize any off-board sensor requirements beyond the cue
volume stated. PROGRAM PLAN: DARPA's current plan contemplates not more
than three separate awards for amounts not exceeding $500,000. The
period of performance for each award will be 9 months, estimated to be
from June 1998 through February 1999. An Offeror's preference for a
type of procurement vehicle (contract, grant, cooperative agreement,
"other transaction" agreement) should be addressed in the Offeror's
proposal. Awards, or authorizations to proceed, are expected in May
1998. Based on the success of this concept development phase, it is the
intent of DARPA/STO to progress into subsequent design, fabrication,
and demonstration phases using some, none, or all of the awarded
concepts. Offerors should describe and cost (to rough order of
magnitude) options to take their concept through these phases to
captive flight test. INDUSTRY BRIEFING FOLLOW-UP: An Industry Briefing
relative to this BAA was held on 24 February 1998. All questions were
taken for the record and will be answered via the Frequently Asked
Questions file for this BAA on the Internet at
http://www.darpa.mil/baa/98-17 by 26 February 1998. The unclassified
version of the briefing will also be available at the Internet site at
this time. Classified sections can be requested at BAA98-17@darpa.mil.
ABSTRACTS: An Offeror is strongly encouraged to submit an abstract
(a.k.a. "white paper") of its proposed concept to preclude unwarranted
effort on the part of an offeror in preparing a full proposal, and on
the part of the Government in reviewing one. An abstract is not
required. Any Offeror whose abstract is found to be consistent with the
intent of this BAA will be invited to submit a full technical and cost
proposal. Such an invitation does not assure any subsequent award.
Regardless of the recommendation resulting from the review of an
Offeror's abstract, all interested Offerors, including those Offerors
who receive negative responses to their abstracts, may submit
proposals. Abstracts should be submitted in the following format: (A)
8.5 x 11 inches, single or double spaced, margins not less than one
inch, one sided printing, pages numbered, in at least 10 point type,
(B) Title page -- clearly labeled "PROPOSAL ABSTRACT" including this
BAA number, proposal title, plus offeror's administrative and technical
points of contact along with telephone and facsimile numbers, and an
authorized officer' signature, (C) Summary (two pages maximum) to
include the technical ideas proposed. Abstracts may be classified
SECRET. Abstracts in excess of 2 pages may not be reviewed. Abstracts
less than the maximum number of pages will not be penalized. A maximum
of two abstracts will be accepted from each offeror. The original and
one copy of each abstract referencing BAA 98-17 shall be submitted to
BAA98-17 Abstract, DARPA, 3701 North Fairfax, Arlington, Virginia,
22203-1714. Abstracts will be accepted until 4:00 PM EST on 10 March
1998. EVALUATION CRITERIA FOR PROPOSALS: Proposals will be evaluated
through a scientific review using the following criteria: (1) low cost
potential, (2) technical feasibility, (3) system performance, (4)
robustness of system performance, and (5) capabilities, experience, and
qualifications of the key personnel. These criteria are weighted as
follows: (1), highest rated; (2), of lower weight than (1), but of
greater weight than criteria (3), (4), and (5). These latter criteria
are equal in weight to each other. Individual proposals evaluations
will be based on acceptability or unacceptability without regard to
other proposals submitted under this BAA. Further, due to budgetary
constraints, all acceptable proposals may not be funded. The Government
reserves the right to select for award all, some, or none of the
proposals it receives. PROPOSALS: Proposals shall be submitted in two
volumes. PROPOSALS SENT BY FAX OR E-MAIL WILL BE DISREGARDED. Volume I
shall be the Offeror's Technical Proposal; Volume II -- Cost Proposal.
A maximum of two proposals may be accepted from each Offeror. The
proposals shall be prepared in the following format: 8.5x 11 inches,
one and one-half line spacing or double spaced, in at least 10 point
type, one sided printing, with pages numbered. Volume I may be
classified SECRET and shall be no longer than 15 pages to include
figures, tables, enclosures and attachments. Use of foldouts is
discouraged. Proposals with Volume I in excess of 15 pages may not be
reviewed. Proposals less than the maximum number of pages will not be
penalized. Offerors are encouraged to submit concise, but descriptive
proposals. Volume I of the proposal shall include as a minimum: a cover
page including BAA number, proposal title, Offeror's technical and
administrative points of contact, address, phone, fax number, and email
address; a summary of the Offeror's approach to the problem statement;
appropriately detailed substantiation of technical and cost claims; a
statement of work to include descriptions of anticipated tasks; a
description of potential risk reduction activities, if appropriate; a
description of the anticipated results and deliverables from the
program; a milestones and schedule summary; a description (two pages,
maximum) of the follow-on phases of the program; a description of any
potential proprietary issues or an explicit statement denying any
proprietary claims; and a section describing the Offerors capabilities
and accomplishments relevant to this task. In addition, Volume I shall
contain a management plan which describes the overall management
approach, the planned project organization, the identification of any
government facilities or equipment to be used, and general planning and
control practices. Volume II of the proposal shall be no longer than 15
pages. The costs shall be summarized on a single page and then detailed
in the remaining pages. Costs, labor hours, and rationale for direct
labor by task, travel, material, computer usage and other direct and
indirect costs shall be provided. Rough-Order-Of-Magnitude (ROM)
estimates for follow-on phases (options) should be included in this
volume. Any offers of cost sharing shall be explicitly detailed. The
original proposal and four copies should be mailed to BAA 98-17
Proposal, DARPA, 3701 North Fairfax Drive, Arlington, Virginia,
22203-1714. Proposals will be accepted until 4:00 PM EST on 13 April
1998. OTHER NOTICES: HBCU/MI: All responsible sources that submit a
proposal shall be considered by DARPA. Historical Black Colleges and
Universities (HBCU) and Minority Institutions (MI) are encouraged to
submit proposals and/or join others in submitting proposals. However,
no portion of this BAA will be set aside for HBCU and MI participation
due to the impracticality of reserving discrete or severable areas of
the requisite technology for exclusive competition among these
entities. DARPA will treat all information submitted in support of this
BAA as competition-sensitive and proprietary. Contractor Support of
Source Selection: The Government will employ CEXEC, Inc., and SAIC,
Inc., both of Arlington, VA, to assist in the management and
administration of abstracts and proposals. Thesesupport contractors are
restricted by their contracts from disclosing any abstract and/or
proposal information, or using it for other than their assigned tasks.
Further, relevant personnel of these organizations are required to
sign organizational conflict of interest and non-disclosure statements.
In the absence of any notice to Government that identifies information
that should not be made available to either of these support
contractors, the submission of an abstract and/or a proposal
constitutes authorization for the Government to disclose the contents
of these documents (abstracts and/or proposals) to these support
contractors for the limited purposes described above. ORGANIZATIONAL
CONFLICT OF INTEREST: Awards made under this BAA are subject to the
provisions of the Federal Acquisition Regulation (FAR), Subpart 9.5,
Organizational Conflict of Interest. All Offerors and proposed
subcontractors must affirmatively state whether they are supporting any
DARPA technical office(s) through an active contract(s) or
subcontract(s). All affirmations must state which DARPA office(s) the
Offeror supports, and provide the prime contract number. Affirmations
shall be furnished at the time of proposal submission. All facts
relevant to the existence or potential existence of organizational
conflicts of interest, as that term is defined in FAR 9.501, must be
disclosed. This disclosure shall include a description of the action
the Offeror has taken, or proposes to take, to avoid, neutralize, or
mitigate such conflict(s). E-mail is preferred, and please direct
communications to appropriate point-of-contact. (0056) Loren Data Corp. http://www.ld.com (SYN# 0004 19980227\A-0004.SOL)
A - Research and Development Index Page
|
|