|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis
Highway, Arlington, VA 22242-5160 A -- RESEARCH AND DEVELOPMENT FOR SONAR SIGNAL AND INFORMATION
PROCESSING CONCEPTS SOL N00024-98-R -6332 POC Contact Point, Patricia
Watchorn, (026), (703) 602-0951 x632; Contracting Officer, Patrick
Ferraro, (703) 602-0951 The DD 21 Program Management Office (PMS500),
Arlington, VA is soliciting research proposals to develop technology
and/or mitigate risks associated with accomplishing DD 21 undersea
warfare (USW) requirements. We seek to fund innovative technologies in
high-risk areas with potential high payoff for mission effectiveness
and lower cost. Of particular interest are concepts and technologies
that would serve: 1) to address DD 21 USW reduced manning requirements
(including proposals for automated detection and classification of
undersea threats, and multi-sensor data fusion) 2) to provide for
in-stride mine detection and avoidance using onboard sensors 3) to
provide information that would impact DD 21 preliminary hull design
(including hull array and towed sensor alternatives, and towing and
deployment schemes) The following documents are available at
http://www.contracts.hq.navsea.navy.mil/ and provide information that
may be useful to those responding to this BAA: DD 21 Phase 1
Solicitation, N00024-98-R-2300 Charter for the IUSW-21 Peer Group 21st
Century Integrated Undersea Warfare System (IUSW-21) Top-Level
Description Concept of Operations for Undersea Warfare in the Twenty
First Century 21st Century Integrated Undersea Warfare (IUSW-21)
Build-Test-Build Process IUSW-21 Algorithm Description Guide Additional
documents will be posted at this www site, as they become available.
These include: 21st Century Integrated Undersea Warfare (IUSW-21) Focus
Areas for Risk Reduction IUSW-21 Functional Decomposition IUSW-21
Manpower Requirements Analyses USW Legacy System Technology Blueprints
Questions arising from this announcement may be submitted directly to
the Contracting Officer. This BAA will be open for 1 year from the
date of the announcement. Proposals may be submitted at any time within
that period. Navy evaluation will commence after 01 October 1998 and
initial awards are planned to be made before the end of calendar 1998.
Multiple contracts, grants, cooperative agreements and "other
transactions", as appropriate, will be awarded limited by availability
of funds. Therefore, early submission of proposals is desirable and
encouraged. A multi-year phased effort is envisioned contingent upon
availability of funds. No award can be made without a proposal to
perform a specific research effort within an estimated cost and time
framework. Industry, Small Businesses, Small Disadvantaged Businesses,
Women-Owned Businesses, Educational Institutions, Historically Black
Colleges and Universities, and Minority Institutions are encouraged to
participate. Proposals should be submitted to the Cognizant
Contracting Activity whose address is: Commander, Naval Sea Systems
Command, ATTN: Code 02631W, Ms. Patricia Watchorn 2531 Jefferson Davis
Highway Arlington, VA 22242-5160 The Contract Point of Contact for
this BAA is Patricia Watchorn, Code 02631W, telephone (703) 602-0951
x632, facsimile (703) 602-7023 and e-mail
watchorn_patricia@hq.navsea.navy.mil. The Contracting Officer is
Patrick Ferraro, Code 0263, telephone(703) 602-0951, facsimile (703)
602-7023 and e-mail ferraro_patrick@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. Offerors may submit their
proposals at any time within the 1 year period of this announcement;
however, as discussed above, offerors are encouraged to submit
proposals early, as funding is limited and may be exhausted before the
close of the fiscal year. Offerors may submit separate proposals on
any or all areas of interest. The Navy reserves the right to select
all, some or none of the proposals received in response to this
announcement. 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 be certified as holding an
appropriate clearance. Offerors are advised to pay special attention to
the proposal preparation requirements, as useof the IUSW 21 Peer Group,
which has industry and university members, will result in special
handling of proprietary information. A) General Proposal Format and
Submission Requirements: 1. Proposals shall be submitted with one hard
copy including a cover letter signed by an authorized officer of the
offeror. The letter shall include a statement that the proposal is
valid for at least 120 days after the proposal due date. Proposal shall
be submitted to Commander, Naval Sea Systems Command, SEA 02631, 2531
Jefferson Davis Hwy, Arlington, VA 22242-5160. In addition to the hard
copy submission, an electronic copy shall be sent via e-mail to
address watchorn_patricia@hq.navsea.navy.mil via Internet, or provided
on a floppy disk. 2. Proposals shall be formatted for 8.5 x 11 inch
paper, single- or double-spaced in at least 12 point type. Pages shall
be numbered and single-sided and have a minimum of 1 inch margins.
Page numbers may be located in the margin areas. 3. Proposals shall be
submitted in two volumes. Asdescribed in Paragraph D, below, Volume I,
the Technical Volume, will be provided to the IUSW 21 Peer Group for
evaluation; Volume II, the Cost & Proprietary Volume, will be evaluated
only by Government evaluators. Offerors are required to put proprietary
information only in Volume II. Offerors must still describe their
technical approach in Volume I in sufficient detail so as to allow a
fair evaluation. Submission of a proposal including proprietary
information in Volume I will be deemed to be consent of the submitting
company to the Government's providing that information to members of
the IUSW 21 Peer Group. 4. File formats for submission on disk (or
e-mail) shall be compatible with Microsoft Office 97. Files for the
Technical Volume and the Cost & Proprietary Volume shall be separate so
that proprietary data, costing, and pricing information may be
segregated from data that will be disclosed to the peer review group.
Compression and password protection of files sent via electronic mail
using WinZip 32 compatible software is encouraged. Passwords for
decryption may be sent to Patricia Watchorn via telefax at (703)
602-7023, telephone (703) 602-0951 x632. 5. The disk or e-mail
submission shall include a README.TXT ASCII formatted file (not
encrypted or compressed) that includes the name of all files submitted
and a description of their contents. This is intended to allow the
evaluators to segregate the proposal volumes. B) Technical Volume (I):
Volume I shall include the following information: 1. Proposal Cover
Page The cover page for Volume I shall contain the following: (Insert
Proposal Title) Proposal Volume I -- Technical Solicitation Number:
N00024-98-R-6332 Submission Date: (insert date) (Insert Name and
Mailing Address of Company or Organization submitting Proposal) (Insert
Technical Point of Contact with telephone, fax, and e-mail address) 2.
Overview 1 Page Maximum: Provide an overview that describes the claims
for specific USW-21 technology maturation and/or risk reduction areas
addressed by the BAA proposal. Proposals that include performance by
multiple participants should clearly identify them in this overview
(e.g. Company Name, Government Lab, and/or Academic Institution). On
the last line of the page, the price and type of contract (e.g. FFP,
CPFF, etc.) for the total proposed effort shall be included by each
fiscal year. Note that efforts that continue past FY99 shall be priced
as options, which are contingent on separate funding. Example:
Contract Type: FFP Total Price: $500K FY99: $200K FY00: $300K 3.
Technical Approach 5 Pages Maximum (less pages used Volume II --
Section 4): Provide a description of the proposed effort. For efforts
that include performance by participants from various organizations,
the contribution of effort by each of the participants should be
described in the approach. Rationale should be included in this section
that indicates the potential benefits of conducting the effort, and/or
the specific risks that are mitigated by proceeding with the
proposedeffort. It should clearly state how the proposed effort meets
the goals of the IUSW-21 program, the direct benefits for the DD21, and
whether it is likely to benefit other Navy USW platforms. Technical
arguments that substantiate claims made in the Overview (proposal
section 1) and a description of the technical approach consistent with
the deliverables and schedule shall be included. Note that a similar
"Technical Approach" section is also available in Volume II to describe
the concepts using proprietary information that will not be divulged to
the IUSW-21 Peer Group. The total combined page count for Volume I --
Section 3 and Volume II -- Section 4 is five pages maximum. 4.
Statement of Work 6 Pages Maximum for all of Section 4 (including
sub-sections): Provide the statement of work (SOW) proposed for any
resulting contract, should the proposal be selected for funding. The
proposed SOW will serve as the basis for negotiations of the contract's
SOW, should the proposal be selected. 4.1 Task Statement 4 Pages
Maximum: Provide the details of the work to be performed consistent
with the "Technical Approach" section. Provide a detailed description
of the item(s) to be delivered. Tasks proposed which span across fiscal
years should be segregated as options for multi-year funding. 4.2
Delivery Description and Schedule Provide a specific list of
deliverable items by contract line number (CLIN) such as (but not
limited to) prototypes, test data and reports, study and analysis
reports, demonstrations with associated presentation material, etc. The
schedule and milestones for the proposed research or risk mitigation
must be traceable to the offeror's Work Breakdown Structure (WBS) in
Volume II. The milestones should be defined so as to allow the Navy to
determine if they are satisfied, and should be of a frequency as to
allow the Navy to observe progress during quarterly program reviews.
Where documentation is listed as a deliverable, submission in
electronic format using Microsoft Office 97 compatible file structures
is preferred. The delivery date should be listed in terms of months or
days after contract award for each deliverable. For proposals that
include options for multi-year funding, the optional CLINs should be
clearly identified. Graphical schedules that contain sufficient
information to meet the requirements in this section are encouraged.
4.3 Government Furnished Resources If any portion of the research is
predicated upon the use of Government-owned resources of any type, the
offeror shall clearly identify 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. 4.4 Limitation of Data Rights
Disclose any previously developed data associated with the proposed
work, and/or any supplementary IR&D efforts coincident to the proposed
effort to which the government will not be granted unlimited rights
per DFAR 252.227-7017. The following statement shall be included in
this section: "The government shall be granted unlimited rights in the
use and distribution of data delivered for work resulting from any
contract awarded as a result of this proposal, except as listed below".
If there are no limitations, "None" shall be clearly stated in the
proposal. We intend to allow for innovation in processing, handling and
ownership of rights regarding technical data and computer software
developed under contracts in response to this BAA if it can be
demonstrated to be economically prudent for NAVSEA to do so. Offerors
must make those arguments in their proposal. It is our intent to have
the technical data rights and computer software rights necessary to
provide the technology developed under contracts in response to this
BAA to system prime contractors under contract with the Navy to
develop, produce, operate, maintain and upgrade the DD 21 and USW
systems on other US Navy ships throughout their life cycle. Propose a
provision setting forth your concept of rights intechnical data and
computer software, using the DFAR clauses, particularly those at
252.227-7013, 252.227-7014, and 252.227-7015 as a point of departure.
As part of your proposal, identify where and the rationale as to why
you anticipate that the Government would be well served if it did not
have the rights it would otherwise receive under these clauses.
Technical data rights and computer software rights will be considered
when evaluating the value added by the technology or risk mitigation
the offeror proposes to provide. 5. Management and Qualifications 5.1
Management 2 Pages Maximum: Describe the management mechanisms to be
used to insure that execution of the proposed effort is performed in a
manner that provides best value for the IUSW-21 program. Explain the
risks associated with achieving the offeror's contribution within the
proposed cost and schedule, and the offeror's plan to mitigate those
risks. 5.2 Qualifications 4 Pages Maximum: Provide an overview that
describes past performance detailing previous accomplishments and work
in this or closely related research areas. Include a list of the most
significant references that describe the technology and/or concept in
detail and associated test results. 5.3 Resumes No Limitation on the
number of resumes: Provide resumes for the key personnel who will be
assigned to the proposed effort. Limit each resume to one page.
Indicate the approximate time that the individual will be assigned to
the effort over the entire effort (man-hours). C) Cost & Proprietary
Information Volume (II): Volume II shall include the following
information: 1. The cover page for Volume II shall contain the
following: (Insert Proposal Title) Proposal Volume II -- Cost &
Proprietary Information Solicitation Number: N00024-98-R-6332
Submission Date: (insert date) (Insert Name and Mailing Address of
Company or Organization submitting Proposal) (Insert Technical Point of
Contact with telephone, fax, and e-mail address) Restriction on
Disclosure and Use of Data per FAR 52.215-1(e) This proposal or
quotation includes data that shall not be disclosed outside the
Government and shall not be duplicated, used, or disclosed -- in whole
or in part -- for any purpose other than to evaluate this proposal or
quotation. If, however, a contract is awarded to this offeror or
quoter as a result of -- or in connection with -- the submission of
this data, the Government shall have the right to duplicate, use, or
disclose the data to the extent provided in the resulting contract.
This restriction does not limit the Government's right to use
information contained in this data if it is obtained from another
source without restriction. The data subject to this restriction are
contained on all pages in Volume II of this proposal, excluding this
Title Page. 2. Work Breakdown Structure 1 Page: Provide a WBS that
corresponds with SOW and allows evaluation of cost elements for the
proposed effort. Insure that option costs are segregated in WBS
structure. The WBS structure should map to CLINs as listed in Volume I
-- Section 4.2. 3. Cost & Fee Structure Provide a cost and fee summary
and a breakdown of cost for the effort. 4. Proprietary Technical
Approach 5 Pages Maximum (less pages used in Volume 1 -- Section 3):
Provide a description of proprietary methods on the proposed effort.
Clearly state how the proposed effort meets the goals of the USW
program and the direct benefits for the DD21. Include in this section
a summary that indicates the potential benefits of conducting the
effort, and/or the specific risks mitigated by proceeding with the
proposed effort. Limit information in this section to only that which
you consider proprietary. Since this section will not be made available
to the IUSW-21 Peer Group and thus will not be a factor in their
evaluation of proposals, proprietary information should be limited.
However, this section will be considered by the Navy source selection
authority. 5. Contract Type: Offerors are invited to submit
recommendations and comments on the typeof agreement (contract, grant,
cooperative agreement, or "other transaction") to be utilized for the
proposed effort. This information will not be utilized as an award
selection criterion, but may be used in structuring the award. D.
Evaluation of Proposals: It is the Navy's intent that Volume I of the
proposals received in response to this BAA shall be evaluated by the
IUSW-21 Peer Group comprised of members from small business, university
labs, Navy labs, Industry & the DD 21 System Integrator contractors.
The IUSW-21 Peer Group consists of experts from APL/UW, ARL/PSU,
ARL/UT, JHU/APL, NUWC/Newport, NSWC/Dalgren, Raytheon, Lockheed Martin,
Northrop Grumman, EDO, and Orincon. The Lockheed Martin and Raytheon
representatives on the IUSW-21 Peer Group represent the DD 21 Competing
Teams. If an offeror has concerns with any of these firms and/or
universities assisting in the evaluation process, that offeror must
advise the Contracting Officer in writing of the concerns and the basis
for such concerns before 25 September 1998. It is envisioned that no
one will have such concerns, as offerors are free to limit the scope of
information submitted in Volume I, and may place proprietary
information in Volume II, which will not be provided to IUSW-21 Peer
Group members. Additionally, offerors are free to enter into separate
nondisclosure agreements with the firms and universities to be used in
the evaluation. Advising the Contracting Officer of concerns with a
firm or university will not necessarily result in that firm or
university being barred from performing any evaluations. Evaluation of
proposals will be based on the following criteria which are in
descending order of importance: 1. To what degree does the proposed
effort address DD 21 USW reduced manning requirements, provide for DD
21 in-stride mine avoidance, or provide information that would impact
DD 21 preliminary hull design? 2. Can the proposed effort be completed
in time to support DD 21? 3. Is there a high probability that the
proposed effort will meet the objectives stated in the offeror's
proposal? 4. Does the proposed effort appear to be realistically
achievable with the funds requested? 5. To what degree will the
proposed effort benefit other Navy USW platforms? 6. Is it likely that
the proposed effort will promote further IUSW-21 ideas from other
participants? 7. To what degree will the benefits of the proposed
effort be limited by restrictive data rights provisions or limited
distribution of data? The Peer Group evaluations and Volume II of the
proposals shall then be evaluated by a team of Navy individuals
selected by PMS500 who are not members of organizations competing for
the work under this BAA. PMS500 will decide what proposals to fund
based on the above evaluations, how each proposal contributes to
mitigate DD 21 USW risks in association with other USW development
programs, consideration of proprietary information, and availability of
funds. Posted 08/24/98 (W-SN240795). (0236) Loren Data Corp. http://www.ld.com (SYN# 0006 19980826\A-0006.SOL)
A - Research and Development Index Page
|
|