Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1998 PSA#2149

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

A -- RESEARCH AND DEVELOPMENT FOR THEATER BALLISTIC MISSILE DEFENSE (TBMD) PROTOTYPE ACTIVE RADAR CONCEPTS SOL N00024-98-R-5365 POC Contact Point, Mr. Steve Gordon (02532G), (703) 602-8000, Ext: 538; Contracting Officer, Mr. Leon Godfrey The Program Executive Office for Theater Air Defense/Surface Combatants (PEO(TAD/SC)) is soliciting proposals for Theater Ballistic Missile Defense (TBMD) prototype active radar concepts to support Navy Theater-Wide risk reduction activities (RRA). This concept, referred to as a High Power Discrimination (HPD) Radar, will support the STANDARD MISSILE SM-3 for exoatmospheric intercepts. This radar could be an adjunct radar to the AN/SPY-1 or an upgrade to the AN/SPY-1 for greater sensitivity. The HPD will perform the functions of search, detection, tracking and exoatmospheric discrimination. HPD program objectives are to evaluate a prototype radar's suitability in supporting the Navy Theater-Wide TBMD mission by: (a) Validating shipboard interfaces including weight, moment, power, electromagnetic compatibility and cooling; (b) Validating operation in Navy-unique operational environments; (c) Validating operation in Navy-unique TBM scenarios such as ascent and mid-course phase tracking and discrimination; (d) Providing a hedge against far-term threat developments; and (e) Providing a fallback position for the AN/SPY-1 Radar high range resolution risk reduction program. The overall Navy Theater-Wide Program will provide a capability starting in 2005. Studies have determined that additional power and discrimination are needed by the AEGIS Weapon System to counter the far term TBM threat in accordance with the NTW ORD requirements. This need may be met with the addition of a HPD that will provide longer detection, tracking and discrimination ranges than the AEGIS AN/SPY-1 Radar. Funding of $18M is currently available to support this effort, which may include studies, concept design, preliminary design, long lead material acquisition, prototyping and testing under this BAA. Offerors may submit proposals from $2M to $18M in increments of $2M. FY 98 funding has been identified which may be expended in FY 98 and FY 99. No additional funds have been identified beyond the FY 98 $18M. It is intended to use phased contract milestones to ensure that a useful risk reduction product will be delivered after every funding increment, should out-year funding be unavailable. Additionally, contingent upon the results of the first contract phase and future budget decisions, out-year funding may be dedicated to HPD risk reduction. The ultimate objectives of this effort are intended to be a ship-based prototype HPD available in 2001, which is responsive to the guidelines delineated in Attachment 1, and an at-sea demonstration test report indicating the suitability of the HPD to meet Navy needs against the far term TBM threat. Offerors may submit a proposal to achieve one or more of the following toward this goal: (a) Concept development study; (b) Shipboard compatibility study; (c) Frequency band studies, including the feasibility of instantaneous wide-band capability; (d) Critical technology development; (e) Prototype development through preliminary design; (f) Long lead material acquisition; and (g) Prototype development and fabrication. Proposals shall consist of two volumes; Volume I shall provide the technical proposal and management approach. Volume II shall address cost. Although length is not specified, proposals of less than fifty pages per volume are desired. Responses to Attachment 2 are not included in this page count. Volume I shall include the following sections, each starting on a new page: a. A cover page, including proposal title, technical and administrative point 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 overview of the proposed HPD concept and how the offer will contribute to and support the objectives of technology evaluation and demonstration. c. A one-page summary of the deliverables including data associated with the proposed research. d. A one-page summary of the schedule and milestones that can be traced to the work breakdown structure (WBS). e. A statement of workclearly detailing the scope and objectives of the work and 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 identify: (1). The resources required. (2). The date the resources are required. (3). The duration of the requirement. (4). The source from which the resource will be acquired. (5). The impact on the proposed program if the resource is not provided. f. A description of the results, products, and transferable technology expected from the contract. Offerors proposing prototype preliminary design, long lead material acquisition or prototype development and fabrication shall address the requirements of Attachment 2 -- Additional Proposal Requirements. g. Technical rationale which substantiates proposal claims and a technical approach consistent with the deliverables and schedule. h. A discussion of the offerors past performance detailing previous accomplishments and work in this or closely related research and development areas, including previous cost and schedule performance. i. A discussion of the overall approach to the management of this effort, including brief discussions of total organization, project, function and subcontractor relationships, and planning, scheduling and control practices. j. A discussion of corporate investment, if any, in this project. Volume II shall include a total price summary showing proposed total cost and profit (with contract type specified), the proposed WBS structure, a summary of cost applicable to each WBS element, and a schedule specifying projected monthly funding requirements from initiation through completion of proposed effort. In addition, those offerors proposing prototype preliminary design, long lead material acquisition or prototype development and fabrication shall provide the cost information specified in Attachment 2. A detailed cost proposal may be requested of any offeror at a later date by the Government after evaluation of the proposal submitted in response to this BAA. This BAA will be open until 16:00 EDT 30 September 1998. Proposals may be submitted at any time within the period. Contracts, grants, cooperative agreements and "other transactions" as appropriate, will be awarded limited by funding availability. Early submission of proposals is desirable and encouraged. Proposals should be submitted to the Cognizant Contracting Activity whose address is: Commander, Naval Sea Systems Command ATTN: Code 02532G, Steve Gordon 2531 Jefferson Davis Highway Arlington, VA 22242-5160 Contracting Point-of-Contact is Steve Gordon, telephone (703)602-8000 x538, facsimile (703)602-4770 and e-mail gordon_steve@hq.navsea.navy.mil This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. Appendix A shall be provided upon request. Offerors shall submit their technical proposals (1 original and 1 electronic copy (CD-ROM) using Microsoft Word Version 5.0 or later and cost proposals (1 original and one electronic copy (CD-ROM) using Microsoft Excel version 6.0 or later). The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. The Government may also issue contracts/agreements for a base amount plus options (increments that have been proposed, but not authorized at the time of award). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must hold an appropriate clearance. HPD PROPOSAL EVALUATION CRITERIA 1. Proposals for Concept development studies, Shipboard compatibility studies, Frequency Band studies and Critical Technology Studies shall be evaluated using the following criteria: a. The extent to which the proposed approach meets the objective of the HPD program in reducing the risk to the NTW program. b. The realism and risks associated with estimated performance, cost and schedule and their potential impact on the Navy. c. The offeror's capabilities to perform the proposed work. The criteria for paragraph 1 are in descending order of importance. 2. Proposals for Prototype Development though preliminary design, Prototype Design and Fabrication and Long Lead Material Acquisition shall be evaluated using the following criteria: a. The extent to which the proposed approach meets the objective of the HPD program in reducing the risk to the NTW program. b. The realism and risks associated with estimated performance, cost and schedule and their potential impact on the Navy. c. The suitability and adequacy with which the proposed HPD effort fills anticipated needs. Examples include but are not limited to: (1). The extent to which the proposed approach responds to the guidelines delineated in Attachment 1 for the HPD Radar. (2). The extent to which the design concept is based on commercial off the shelf (COTS) or non-developmental items (NDI). Concepts utilizing proven system technologies are preferred. (3). The affordability of the overall concept including development and any resulting production program based upon the proposed HPD. d. Desired Key Demonstrated Capabilities including but not limited to the following: (1). Overall radar design, build and test including equipment and computer programs. (2). Transmit/receive (T/R) module production. (3). Radar exoatmospheric discrimination algorithm design, development, implementation, evaluation and test. (4). The ability to produce transmit/receive (T/R) modules with the required performance and reliability, and at a production rate and cost which is consistent with a HPD prototype schedule and budget. The criteria under paragraph 2 (a through d) are of equal importance for evaluation purposes. CONCLUSION Offerors are also invited to submit recommendations and comments with their proposals on the type of agreement (contract, cooperative agreement or "other transaction") to be utilized for the proposed effort. Additionally, proposals are encouraged to suggest methods of Navy-industry cost sharing. The information will not be utilized as an award selection criterion, but may be used in structuring the award. Proposals will be referred to a review panel for the selection process. Proposals may be evaluated and selected as received or may be grouped for review and evaluation. However, the proposals will not be evaluated against other proposals. PEO TAD/SC reserves the right to conduct discussions or request revised proposals. PEO TAD/SC also reserves the right to select parts of proposals or selected tasks contained in proposals for award and to conduct discussions to facilitate such awards. Attachment 1: HPD Radar Performance Guidelines (ARE AVAILABLE ON THE WEBSITE) Attachment 2: ADDITIONAL PROPOSAL REQUIREMENTS. (ARE AVAILABLE ON THE WEBSITE) Broad Agency Announcement Web Site Address is as follows: http://www.contracts.hq.navsea.navy.mil Posted 07/29/98 (W-SN230019). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0002 19980731\A-0002.SOL)


A - Research and Development Index Page