Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419

Department 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