Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429

Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660

A -- REQUEST FOR INDUSTRY PARTICIPATION IN THE NAVAL AIR SURFACE WEAPONS TECHNOLOGY PROGRAM SOL 99-026 DUE 091020 POC Vera M. Duberry, ONR 253,(703) 696-2610, duberrv@onr.navy.mil The Office of Naval Research (ONR) is looking for industry participation in the Naval Air and Surface Weapons Technology (NASWT) Program. The vision is to maintain the NASWT edge through the 21st century. To do this, a time-phased, goal-oriented program has been established. This program strives to create weapons that are: affordable, precise, mission adaptive, mission responsive, insensitive, and safe, while having higher performance and effectiveness than current weapons. These time-phased technology goals are identified for the following time frames: Phase 1 -- year 2005, Phase 2 -- year 2010, and Phase 3 -- year 2015. The mission area goals are available on the World Wide Web at: [http://www.onr.navy.mil/02/baa/aswtind4.ppt], or from the NASWT POC, Dr. Clifford D. Bedford, at (703) 696-0437, or email bedforc@onr.navy.mil. The Naval Air and Surface Weapons Technology (NASWT) Program supports four Naval mission areas: Air Superiority, Precision Strike, Naval Fire Support, and Ship-based Defense. Air Superiority emphasizes innovative technologies to achieve Phase 1 goals and demonstration of network centric warfare capabilities as well as a significant reduction in weapon size. Precision Strike, emphasizes innovative technologies to achieve Phase 1 and Phase 2 goals, demonstrating time-critical strike capabilities and significant reduction in size (for air launched strike weapons). Naval Fire Support emphasizes innovative technologies to achieve Phase 1 and Phase 2 goals, demonstrating time critical strike from Naval ships, and affordable, responsive volume of fire capabilities supporting "Operational Maneuver From The Sea" (OMFTS) Missions. Ship Based Defense emphasizes innovative technologies to allow for affordable, variable lethality weapon systems. The technologies developed and demonstrated in achieving these goals will allow for significant warfighting payoffs in the four mission areas. Proposed technology demonstrators which do not require unique processes and materials for productionor low rate manufacturing are of extreme interest. Teaming among various offerors to achieve total mission area success is strongly encouraged. Cost sharing is not required; however, demonstrated commitment to the program through identifying cost sharing opportunity is strongly encouraged. A three step process is being used for this procurement consisting of: (1) a twenty-five (25) page Detailed Mission Area Plan, (2) a one page Technical Task Abstract(s), and (3) a twenty-five page Technical and Cost Proposal(s). Six paper copies and one electronic media submission (CD ROM or Iomega 100Mb Zip disk with Microsoft Word file in PC compatible format) is required for each submission. DETAILED MISSION AREA PLANS: Interested parties may submit a detailed Mission Area Plan for one (or more) of the four mission areas identified above. These plans, consisting of no more than twenty-five pages shall: (1) Identify which mission area goals will be achieved by the plan; (2) Estimate the warfighter payoff(s) from achieving these goals; (3) State the technical objective(s) within the taxonomy areas of weapon system fire control, weapon guidance and control, projectile aeromechanics, ordnance, propulsion, and Naval gun systems and launchers; (4) Identify the technical challenge(s) that will be overcome by the proposed task(s), or leveraged effort(s), which lead to meeting the objectives; (5) Identify the approach(s) to be taken to overcome the technical challenges; (6) Provide a short technical explanation of each proposed task (eg. one paragraph per proposed task) within each mission area plan necessary to achieve the stated goals with commensurate discussion of "transition friendliness" and overall technology affordability; and why it can be done, and (7) Identify any teaming arrangements with industry, subcontractors, or government agencies. Any proposed rocket propulsion efforts must be consistent with the goals of the DoD/NASA/Industry, Integrated High Payoff Rocket Propulsion Technology (IHPRPT) Program. Furthermore, any propulsion turbine engine work shall be consistent with the goals of the Integrated High Performance Turbine Engine Technology (IHPTET) Program. Tasks that are duplicative or which apply more appropriately to either the IHPRPT or the IHPTET Programs will be considered. However, tasks that resemblance IHPRPT or IHPTET Program tasks must include a discussion describing the relevant technical differences. Any proposed technology demonstration tasks that are required to demonstrate the achievement of the goals shall be specifically identified. The detailed Mission Area Plan shall also include task transition roadmaps (in Gantt chart form) identifying the following: (1) Proposed tasks and demonstration milestones, (2) Total ASWT funding requested and ASWT funding requested by task and by fiscal quarter (both Calendar Year CY and government fiscal year -- GFY) to fully demonstrate achievement of the mission area goal(s); (3) Work already funded by DoD or other government agencies which can be leveraged to meet the mission area goals (including existing Small Business Innovation Research (SBIR) contracts, Cooperative Research and Development Agreements (CRADAs), any current or planned industry In-house Research and Development (IR&D) activities, and government-sponsored basic research); and (4) Specified or anticipated government, military weapon, or commercial transition opportunities for the developed and demonstrated weapon system technologies. These detailed plans also may be used as the basis for identifying potential contracting and CRADA opportunities. Previously submitted Mission Area Plans may be re-submitted by notification of formal letter to the BAA Point of Contact (POC), or through submission of revised plan(s), updated appendixes, or plan addendum. If an updated plan is submitted, new or additional tasks proposed which are not listed in the existing submitted plans shall be clearly identified in writing. WARNING: Single task proposals and Mission Area Plan submissions that do not accurately address an entire stated mission area, or that are not part of an existing Mission Area Plan, shall be rejected as non-responsive to this announcement. The due date for the detailed Mission Area Plan(s) is 16 January 2000. TECHNICAL ABSTRACTS & PROPOSALS: The Government shall review all submitted detailed Mission Area Plans for the relative merits of each proposed task. Those offerors whose plans are selected will be requested to submit a one-page technical abstract for each task the Government has chosen in their detailed plan. These one page abstracts shall be due within thirty days of request. Based on the Government's evaluation of these abstracts, the offeror may be requested to submit a twenty-five page technical and fully detailed cost proposal. Abstracts and proposals not selected for funding will be acknowledged. The technical abstracts, detailed plans, and submitted proposals will be evaluated based on the following criteria, which are listed in descending order of importance: (1) Responsiveness to fulfilling stated mission area goals; (2) Potential payoff of the effort/demonstrator to the warfighter; (3) Overall technical and socio-economic merit; (4) The risk in overcoming the technical challenge and the potential to succeed. (5) The qualifications of the proposed offeror, the principal investigator, and key personnel; (6) Program milestones, annual (GFY) exit/success criteria, and deliverables; (7) System integration plan and technology affordability estimate (e.g. all-up-round cost decrease or increase); and (8) Funding requirement(s) per task, per quarter. For questions relating to the Air Superiority and Precision Strike mission area goals, please contact Mr. Tom Loftus at (760) 939-3544, or Mr. Frank Markarian at (760) 939-3241. For any questions relating to the Ship Based Defense and Naval Fire Support mission area goals, please contact Mr. Robin Staton at (540) 653-8901, Mr. John Fraysse at (540) 653-3159, or Mr. John Bibel at (540) 653-4161. For any questions relating to overall procedures, please contact the NASWT BAA POC, Dr. Clifford D. Bedford at (703) 696-0437. For any questions relating to the preparation of cost proposals please contact Ms. Vera Duberry at (703) 696-2610. Strict confidentiality of proprietary information will be maintained provided the information is properly labeled. Proprietary claims must be clearly identified, labeled, and denoted from publicly available data. All submissions will be protected from unauthorized disclosure in accordance with FAR 3.104-5, applicable law and agency regulations. The government may use selected support contractors as special resources to review submitted proposals. FUNDING: This announcement provides no funding for white papers, detailed Mission Area Plans, technical abstracts, or technical/cost proposals. Funds have not been appropriated for this effort, which is anticipated to be funded with FY00 and later year appropriations. It is anticipated that contracts will be the instruments used for any awards made under this announcement. This notice constitutes a Broad Agency Announcement (BAA) as contemplated by FAR 6.102(d) (2). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. This BAA shall remain open for one year from the date of publication; however, proposals received outside the designated time frames set forth herein shall be considered only to the extent that funding remains available beyond the initial selection. The Standard Industrial Classification (SIC) code is 8731 for a small business of fewer than 500 employees. Full cost proposals that exceed $500,000.00 submitted by other than small businesses, must be accompanied by a Small Disadvantaged and Woman Owned Small Business Subcontracting Plan in accordance with FAR 52.219-9. No portion of this BAA has been set aside for HBCU and MI participants, though their participation is encouraged. For awards made as contracts, evaluation of the socio-economic merits of the proposal shall include the extent of commitment in providing meaningful subcontracting opportunities for small business, small disadvantaged business, woman-owned small business concerns, historically black colleges, universities and minority institutions. Posted 09/08/99 (W-SN377249). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0003 19990910\A-0003.SOL)


A - Research and Development Index Page