Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1998 PSA#2084

Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100

A -- DEVELOPMENT OF INTREGRATED HIGH PAYOFF PROCET PROPULSION TECHNOLOGY (PINTLES) PART 1 SOL N68936-98-R-0139 DUE 061098 POC Glenda Downing, Contract Specialist, (760) 939-7503 (THIS IS PART 1 OF A 2 PART SYNOPSIS.) INTEGRATED HIGH PAYOFF ROCKET PROPULSION TECHNOLOGY (PINTLES) -- PART 1 The Naval Air Warfare Center Weapons Division (NAVAIRWARCENWPNDIV), Propulsion Technology Office, is seeking proposals in support of the Integrated High Payoff Rocket Propulsion Technology (IHPRPT) program. This is an unrestricted solicitation. Responses from all responsible sources will be considered. The Standard Industry Code (SIC) applicable to this acquisition is 8731 with 1,000 employees. Although not mandatory, it is highly recommended that a prospective offeror have either a government coordinated Advanced Rocket Propulsion Plan (ARPP), or develop an ARPP prior to or in conjunction with proposal submittal, or have a documented working relationship with a company possessing a Government coordinated ARPP to ensure IHPRPT relevance of any proposed technology. Information regarding the IHPRPT program in general and the ARPP process is available from NAVAIRWARCENWPNDIV. The Navy wishes to identify and explore new concepts or principles in the area of thrust management that will provide for high performance solid rocket motors meeting the Phase II IHPRPT goals for delivered Specific Impulse and Mass Fraction. An on-command 40:1 thrust turndown ratio using a pintle or equivalent system should be achieved. Weight and volume savings of 20% (as shown via test and analysis) and cost savings of 25% (as shown via analysis) should be demonstrated. The proposed project should include hot test firings of the thrust management system. NAWCWPNS test facilities may be available for testing. The technical point of contact for this BAA is Stuart Blashill, NAWCWD, (760) 939-7210, stuart_blashill@clplgw.chinalake.navy.mil. Please reference N68936-98-R-0139 in all correspondence. PART 2 Proposed work should have a period of performance of not greater than three (3) years and should be structured in a manner that will facilitate early close-out in the event the projections are not realized, i.e., separate and distinct phases by Government fiscal year, options, etc. The effective period of this BAA is through December 31, 1998, for the purpose of making award. Award decisions on proposals will be based on a competitive selection of proposals from a peer/scientific review. This announcement will remain open for 45 days from the date of publication for the receipt of proposals. Offerors may submit multiple proposals. Evaluation and selection of proposals for award will be made on the basis of the potential benefits accruing to the Government when weighted against the cost of the proposal. Additional primary considerations will include an independent Government assessment of the probability of success of the proposed approach and the availability of funding. Proposals not considered to have sufficient scientific merit or relevance to the Navy's needs may be rejected without further review. 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. It is the policy of NAVAIRWARCENWPNDIV to treat all proposals as privileged information before award and to disclose the contents only for the purpose of evaluation. Any contract awarded, on the basis of a proposal submitted under this BAA, will control disclosure and use of proprietary information. At a minimum, the Government desires Purpose Rights at the completion of the contract. Offerors should submit proposals to: Naval Air Warfare Center Weapons Division, Attn. Glenda Downing, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100. DATA REQUIREMENTS: All contracts awarded as a result of this BAA will be required to include appropriate data items. Following is a sample Contract Data Requirements List (CDRL). The items listed or other similar items will be incorporated as applicable. The Data Item Descriptions are given as references only. Offerors are encouraged to propose alternates to the standard items shown below for approval. In addition, contractor format and report consolidation are highly encouraged and will also be acceptable upon approval. Alternate or additional data items that would streamline and/or enhance the effectiveness of the program are solicited. Contractor's Progress, Status & Management Report -- DI-MGMT-80227/T -- Monthly Contract Funds Status Report -- DI-F-6004B/T -- Quarterly Presentation material -- DI-ADMN-81373 -- As Required Program Plan -DI-MGMT-80909/T -- One Month Following Contract Award Still Photo Coverage -- DI-MISC-80169 As Required Data Accession & Internal Data -- DI-A-3027A/T -- As Required Scientific & Technical Report -- DI-MISC-80711/T -- As Required PROPOSAL PREPARATION GUIDELINES: One (1) original and three(3) copies shall be submitted. Facsimile transmissions or electronic media (i.e. e-mail) transmissions will not be accepted. All offerors will prepare and submit a full proposal which consists of the technical approach, a statement of work (SOW), the management approach, and a cost proposal which will include cost or pricing data. The submitted proposal submitted by an offeror in response to this BAA is the only vehicle available to the offeror for receiving consideration for award. The proposal must stand on its own merit; only information provided through the proposal can be used in the evaluation process leading to an award. The proposal should be prepared simply and economically, providing straightforward, concise delineation of the offeror's approach and capabilities necessary to perform the work proposed. The technical/management information must be accompanied by the required cost data, because cost and technical/management considerations are reviewed simultaneously. The technical/management portion of the proposal is required to contain a technical description of the proposed idea including major tasks to be performed, a list of deliverables, if any, a description of the project's relevance to the achievement of the IHPRPT goals andthe stated objectives of this BAA, a description of the feasibility of the proposed effort, the identification of the major risks with a brief description of how they will be mitigated, a description of required Government Furnished Material, Equipment or Testing, a SOW, a program schedule, a written description of any proposed alternatives to the data items listed above, resumes of key personnel, and relevant past/present performance data. It is the intent of NAVAIRWARCENWPNDIV to incorporate the offeror's SOW, as written, into the applicable resulting contract. [END OF PART 1 OF 2 TO RECEIVE ALL THE INFOMATION AVAILABLE IN REGARDS TO THIS ANNOUNCEMENT PLEASE REFER TO PART 2 OF THIS ANNOUNCEMENT. N68936-98-R-0139A] (0117)

Loren Data Corp. http://www.ld.com (SYN# 0005 19980429\A-0005.SOL)


A - Research and Development Index Page