|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis
Highway, Arlington, VA 22242-5160 A -- RESEARCH AND DEVELOPMENT FOR SURFACE SHIP SONAR TECHNOLOGY
REFRESH CONCEPTS SOL N00024-99-R-6343 POC POC Contact Point: Sharon
Rustemier, (703)602-0951x639 The Surface Ship USW Combat System Program
Management Office (PMS411), Arlington, VA intends to conduct a
re-compete of the AN/SQQ-89 (V) production and design agent contracts
(N00024-96-C-6300/6301) currently held by Lockheed Martin Integrated
Systems/Syracuse NY. PMS411 intends to conduct a full and open
competition in FY01, resulting in the award of two contracts to the
same vendor in FY02. PMS411 is soliciting research proposals to develop
alternatives for an AN/SQQ-89(V)15 and AN/SQQ-89A(V)15 producibility
engineering change for the AN/SQQ-89(V) for the FY02-FY06 procurements.
These procurements will contain 19 ship sets and one trainer. We seek
to fund studies which describe innovative technology refresh/upgrade
approaches, that will minimize Life Cycle Cost. The scope of this
announcement embraces several possible alternatives. The first
alternative is a minimum change approach for (V)15 & A(V)15 where only
those hardware Lowest Replaceable Units (LRUs) or software
components(SC) which are projected to be no longer available or
supportable in the commercial marketplace in FY02 are replaced with
newer technology. In this approach, NRE is minimized in comparison to
production and DVS costs. The second alternative is to address a more
comprehensive change where those (V)15 & A(V)15 LRUs/SCs which are
projected to no longer be available at any time during the FY02-FY06
production timeframe are replaced with newer technology. The offerer
should optimize the balance between NRE, production costs and DVS
costs. We are interested in approaches which meet the current
AN/SQQ-89(V)15 and AN/SQQ-89A(V)15 functional requirements with minimal
change to the current AN/SQQ-89(V)15 and AN/SQQ-89A(V)15
design/software and that facilitate future upgrades. Offerers may
choose to address the entire scope of this announcement as set forth
below or they may choose to address a specific area in which they have
a special interest and/or expertise. The offerer is to comprehensively
characterize their approach (e.g. Software portability solution, COTS
product evaluation, sparing, training, trainers, on-board maintenance)
and provide a correspondingly detailed estimate of NRE, Production and
DVS costs. Special attention should be paid to the relationship between
up-front NRE costs and yearly DVS costs. The non-recurring costs
required should be more than offset by the savings in total life cycle
costs. The results of this study will be used as planning material for
the aforementioned competition. Offerers may also choose to address, in
a separate offer, any of the below listed enhancements or can choose to
address any of the enhancements under the second alternative. For the
proposed engineering design approach the offerer should describe how
the proposed enhancements will be accommodated. The following website
contains information that may be useful to those responding to this
BAA, http://206.0.186.15/v15designdata. This website will only the
accessible to U.S. DOD Contractors. U.S. DOD Contractor is defined as
"Those U.S. contractors currently holding grants or contracts with the
Department of Defense, or those contractors declared eligible for DOD
information services by a sponsoring DOD activity on the basis of
participation in a DOD Potential Contractor Program." Therefore
contractors interested in accessing the website and/or responding to
this BAA shall submit a request containing information regarding
eligibility to CamilloLA@navsea.navy.mil. Upon review of this
information, access may be authorized to the website. Potential
enhancements for the AN/SQQ-89(V) may be, but are not limited to the
following: Multi-Statics (ALFS, LBVDS, Distant Thunder, LFAS)
Multi-Sensor Data Fusion (Acoustic and Non-Acoustic) Wide Band Waveform
Implementation & Exploitation via AN/SQS-53C AMDS/Kingfisher ACOMMS
Firm requirements for the above listed enhancements do not exist,
therefore, no documentation is available on the web site. Contractors
selected to develop technology refresh approaches may or may not
eventually be selected to be the Production Contractor for FY02-06
AN/SQQ- 89(V) system. This BAA will be open for 60 days from the date
of the announcement. Multiple contracts may be awarded. The Navy
intends to make a number of awards pursuant to this Broad Agency
Announcement; however, no award will be made with a value of more than
$300,000 per contract. The final deliverables of the contract must be
submitted no later than 180 days after contract award. The number of
awards made will be limited by 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 with experience in
Anti-Submarine Warfare, hardware production, and Technology Refresh are
encouraged to participate. Proposals should be submitted to the
Cognizant Contracting Activity whose address is: Commander, Naval Sea
Systems Command, ATTN: Code -- -- -- -- -- -- -- -- -- -- -- 02632R
(S.Rustemier), 2531 Jefferson Davis Highway Arlington, VA 22242-5160.
The Point of Contact for this BAA is Sharon Rustemier, Code 02632R,
telephone (703) 602-0951x639, facsimile (703) 602-7023 and e-mail
rustemiersj@navsea.navy.mil. The Contracting Officer is J.Watts, Code
02632, telephone (703) 602-0951x636, facsimile (703) 602-7023 and
e-mail wattsjr@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 60 days of this announcement for 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. A)
General Proposal Format and Submission Requirements: 1. Two proposal
volumes are required to be submitted: 1) Technical and 2) Cost.
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 a least 120 days
after the proposal due date. Proposal shall be submitted to Commander,
Naval Sea Systems Command, SEA 02632R (S.Rustemier), 2531 Jefferson
Davis Highway, Arlington, VA 22242-5160. In addition to the hard copy
submission, an electronic copy shall be sent via e-mail to
rustemiersj@navsea.navy.mil via Internet, or provided on a floppy disk.
2. Proposals shall be formatted for 8.5 x 11-inch paper, double-spaced
in a 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. As
described in Paragraph D below, Volume I, the Technical Volume, will be
provided to the Technical Evaluation Board; Volume II, the Cost &
Proprietary Volume, will be evaluated by separate 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. 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 technical data. The file size for
volume I shall not exceed 4.0 megabyte. Compression and password
protection of files sent via electronic mail using WinZip 32 compatible
software is encouraged. Passwords for decryption may be sent to Sharon
Rustemier via telefax at (703) 602-7023, telephone (703)-602-0951
x639. 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. 4.
The schedule and milestones for the proposed research or risk
mitigation must be traceable to the offeror's Work Breakdown Structure
(WBS). In addition, the offeror shall provide a WBS that corresponds
with SOW and allows evaluation of cost elements for the proposed
effort. The WBS structure should map to CLINs as listed in Volume I --
Section 4.2.3 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 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 method
of identifying candidate Technology Refresh approaches and evaluating
their pros and cons in respect to total Life Cycle Cost. 3. Technical
approaches 10Pages Maximum (including illustrations,, graphs, charts,
tables, etc.). Provide a description of the proposed effort in
developing a Technology Refresh approach. The Technical Approach should
also be tied to deliverables. Any data rights should be described. The
offeror should also describe what are the benefits to the program of
these submitted documents. We intend to allow innovations in this
contract to be made available to the public in support of future
AN/SQQ-89(V) competitions. For those items the contractor wants
protected, offerors must make those arguments in their proposal.
Propose a provision setting forth your concept of rights in technical
data and using the DFAR clauses, particularly those at 252.227-7013,
252.277-7014, 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
will be considered when evaluating your proposal. 4. Management and
Qualifications 4.1 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 AN/SQQ 89(V)
program. Explain the risks associated with achieving the Offeror's
approach and the Offeror's plan to mitigate those risks. 4.2
Qualifications 2 Pages Maximum: Provide and overview that describes
past performance detailing pervious accomplishments and work in this or
closely related research areas. Include a list of the most significant
references that describe the experience in ASW, production, and
Technology Refresh. 4.3 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). 5. Statement of Work 10 Pages
Maximum : 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 bass for negotiations of the contract's
SOW, should the proposal be selected. 5.1 Task Statement 8 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. 5.2 Delivery Description and Schedule
Provide a specific list of deliverable items by contract line number
(CLIN) such as study and analysis reports, etc. 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 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.
Graphical schedules that contain sufficient information to meet the
requirements in this section are encouraged. 5.3 Government Furnished
Resources If any portion of the research is predicated upon the use of
Government -owned information 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. 5.4 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 aresult of this proposal, except as listed below". If there
are no limitations, "None" shall be clearly stated in the proposal.
The data subject to this restriction are contained on all pages in
Volume II of this proposal, excluding this Title Page. 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: N00024-99-R-_____
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 52.215-12 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. 1. Proposal
Cover Page The cover page for Volume II shall contain the following:
(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. Cost & Fee Structure
Provide a cost and fee summary, and a breakdown of cost for the effort.
The proposed direct labor hours by WBS element shall be included,
including direct labor rates for each category of labor proposed.
Explain the derivation of material costs, if any. List all other costs
(travel, consultant, licensign and so forth) and describe the basis
for the estimate. Proposed overhead and G&A rates and amounts should be
clearly stated in the proposal. 3. Contract Type: Offerors are invited
to submit recommendations and comments on the type of 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 proposal received in response to this BAA
shall be evaluated by the Technical Evaluation Board that will consist
of NAVSEA, NUWC, and NSWC Evaluation of proposals will be based on the
following criteria: Technical understanding of requirements and cost
drivers Is there a high probability that the proposed effort will meet
the objectives stated in the offeror's proposal? Experience of Team
Past Performance Does the proposed effort appear to be realistically
achievable with the funds requested? To what degree will the benefits
of the proposed effort be limited by restrictive data rights provisions
or limited distribution of data? Posted 08/23/99 (W-SN370934). (0235) Loren Data Corp. http://www.ld.com (SYN# 0011 19990826\A-0011.SOL)
A - Research and Development Index Page
|
|