Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1998 PSA#2133

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

B -- AGILE LASER EYE PROTECTION PROGRAM STUDY SOL N00421-98-BAA-0001 DUE 080898 POC Tania M. Butler (301) 342-1825 x 163 E-MAIL: butlertm.jfk@navair.navy.mil, butlertm.jfk@navair.navy.mil. BROAD AGENCY ANNOUNCEMENT N00421-98-BAA-0001. The Naval Air Warfare Center (NAWC) Aircraft Division Patuxent River is soliciting proposals to investigate candidate materials and technologies leading to the design and delivery of exploratory devices or systems, suitable for demonstration and validation of concepts that protect the eyes against frequency agile lasers. Specifically, innovative, and creative approaches are sought which investigate candidate materials and technologies that protect the eyes against frequency agile lasers with pulse duration ranging from nanoseconds (nsec) up to continuous wave (CW). The materials/technologies should provide protection from the visible to near infrared portion of the spectrum (e.g., 400 to 1600 nm). Wavelengths outside of the visible spectrum (i.e., less than 400 and greater than 700 nm) may be protected with fixed filters, if desired. The incident energy, for all angles which may enter the eye, shall be limited to a value equal to or less than the maximum permissible exposure (MPE) level as defined by the American National Standards Institute (ANSI Z136.1). The protection shall allow the user to perform all essential duties under ambient light levels ranging from bright daylight down through overcast starlight, have good optical properties, and pose no hazards to the eye from toxicity, fragments, or other mechanically produced hazards. The protection should be self contained and able to withstand the environmental and physical stresses encountered in combat situations. One interim exploratory device shall be delivered to the Naval Air Warfare Center Aircraft Division Patuxent River approximately midway through the developmental effort and two devices suitable for laboratory and environmental testing at contract completion. An optional quantity of up to 20 devices identical to the final shall be included in the proposal. For planning purposes, the level of effort is approximately 1-3 man years per year over a performance period of approximately 3-4 years. Responses to the Broad Agency Announcement (BAA) will be accepted at the procurement office within 6 months from the date of the announcement. The selection of potentially one or more sources for contract award will be based on scientific and engineering evaluation of the responses (technical and cost as it relates to the effort) to determine the relative merit of the technical approach. Early submission is highly encouraged. Contract award(s) are anticipated before 30 September 1998. Contract type will be cost plus fixed fee (CPFF). Proposals will be evaluated as they are received. Award decisions will be based on: 1) Overall scientific and technical merit as it relates to the DoD mission; 2) the offeror's experience, 3) analytical capabilities, 4) facilities, and 5) realism of the proposed cost. Proposals should include a clear statement of the objectives, a description of the approach, a statement of work with special emphasis on a full description and rationale of the critical concept milestones, a program schedule with milestones, and an overview of related experience,. In addition, the proposal shall include a biographical section describing the education, experience, capabilities, and scientific interests of key researchers, as well as a cost section. Details of any cost sharing to be undertaken by the offeror should be included in the proposal. Technical proposals should be limited to 50 pages. Supporting information may be included as appendices. Ten (10) copies of each proposal should be provided. The cost of preparation for the response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. The Vision Laboratory has technical cognizance and responsibility for this area of interest. The point of contact for technical issues is Dr. James B. Sheehy, Code 4.6T, telephone (301) 342-8480. Point of contact for contractual matters is Tania M. Butler, (301) 342-1825 x163. Offerors may, at any time, contact these individuals for clarification of technical/contractual issues and cost response format. Offerors are cautioned that only the Contracting Officer is legally authorized to commit the Government. Quarterly progress reports shall be required. A semi-annual review of technical accomplishments, advances and milestones will be undertaken by the Government to determine if progress warrants continuation of the contract. No formal solicitation will be issued; this BAA is the solicitation. Exterior markings on the responses shall read as follows: N00421-98-BAA-0001, Attn: Tania M. Butler, CONTRACTS, Code 2.5.4.2.2, Bldg. 588, Suite 2, NAWCAD, 47253 Whalen Road, Patuxent River, MD 20670-1463. Posted 07/07/98. (0188)

Loren Data Corp. http://www.ld.com (SYN# 0010 19980709\B-0003.SOL)


B - Special Studies and Analyses - Not R&D Index Page