Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1999 PSA#2450

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

A -- BROAD AGENCY ANNOUNCEMENT FOR TACTICAL CONTROL PROGRAM (TCP) ADDENDUM SOL N00024-99-R-6347 DUE 091700 POC 02632C, Ms. Cynthia Miller, 703-602-7707 Broad Agency Announcement for Tactical Control Program: Additional information on the Tactical Control BAA announced in the CBD on 24 September 1999 can be found at: www.asto-nav.com Click on "ASTO Team Presentations and minutes"; Specify "Public Documents"; Key words "ATB Process"; Select "atb process.ppt". The text of the original announcement is as follows: The Program Executive Office for UnderSea Warfare (PEO(USW)), Advanced Systems and Technology Office (ASTO), Arlington, VA is soliciting new and innovative designs and concepts for use in the Advanced Development Tactical Control Program (TCP). The Navy has recently initiated the Advanced Tactical Build (ATB) Project, a process/product for infusing advanced Tactical Control Technology into Submarine Combat Control Subsystems. An ATB consists of Tactical Decision Aids that assist the Commanding Officer in achieving control of the tactical situation and making timely tactical decisions. Some examples of tactical control technology include development of advanced data fusion algorithms, target motion analysis, contact management, tactical scene rendering, sensor performance prediction models, search planning, option reduction, uncertainty management, acoustic and non-acoustic vulnerability management, close encounter decision management, automation, voyage planning, etc. Developmental products will be subjected to a peer review process, where candidate applications will be subjected to a rigorous data driven evaluation, and compared against similar products, when applicable, using objective criteria. As such, the executable (or source) code must be made available to the government designated agency for evaluation purposes. Proposed efforts may address specific areas or components where offerors wish to participate or may address the entire scope. Where multiple areas are proposed, proposals should be structured so that each area identified above is separately delineated. Proposed effort must have the potential for demonstrating the required performance and/or affordability improvement against the defined threats in the specified environments. This BAA will be open for 1 year from the date of the announcement. Proposals may be submitted at any time within that period. The number of contracts, grants, cooperative agreements and "other transactions", as appropriate, awarded will be limited by funding availability. Therefore, early submission of proposals is desirable and encouraged. The Navy desires initial awards no later the first quarter of FY 00. Contractors may submit study proposals. Studies, if proposed, should identify innovative solutions, technologies, cost drivers, and development approaches suitable for demonstration within 24 months from award. No award can be made without a proposal to perform a specific effort within an estimated cost and time period. Industry, Small Businesses, Small Disadvantaged Businesses, educational institutions, Historically Black Colleges and University 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 02632C, Cynthia Miller 2531 Jefferson Davis Highway Arlington, VA 22242-5160 Contracting Point-of-Contact is Cynthia Miller, telephone (703) 602-0951, ext. 612, facsimile (703) 602-7023 and e-mail millercb@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 technical proposals (5 paper copies and 1 electronic copy using Microsoft Office 97 or earlier) and cost proposals (1 copy) within the 1 year period of this announcement. Offerors may submit separate proposals on any or all areas of interest. The Government 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 tomeet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. Proposals shall consist of two separately bound volumes; Volume I shall provide the technical proposal and management approach and Volume II shall address cost. Although length is not specified, succinct proposals are desired. Volume I shall include the following sections, each starting on a new page: A. A cover page, including proposal title, technical and administrative points-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 technologies and/or concepts as well as any innovative claims for the proposed research, and how they will contribute to TCP and support the objectives of a 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 for the proposed research which can be traced to the Work Breakdown Structure (WBS). E. A one-page WBS. F. A succinct Statement of Work clearly detailing the scope and objectives of the work and, if 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: 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. G. Technical arguments that substantiate claims made in the overview (proposal section B) and a technical approach description consistent with the deliverables and schedule (proposal sections C and D). Technical arguments should also address any major risk areas. H. A description of the results, products, and transferable technology expected from the contract. I. A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas, previous cost and schedule performance, and the qualifications of the previous key personnel. J. A brief discussion of the overall approach to the management of this effort, including brief discussions of total organization, use of personnel and their qualifications, project/function/subcontractor relationships, technology transition plans, government research interfaces, and planning, scheduling, and control practices. Volume II shall include the one-page work breakdown structure, a cost summary, and a breakdown of cost for the effort. Evaluation of proposals will be based on the following criteria: (1) the overall scientific and technical merit of the proposed approach to the TCP effort including the innovative aspects of the proposed effort, (2) the offeror's capabilities, related experience, experience of the key personnel who are critical to program success, facilities and/or techniques that are integral factors for achieving the proposed objectives, (3) the realism of estimated costs and schedules and the potential affordability impact on the Navy, including total ownership costs if applicable, and (4) past performance. These criteria are in descending order of importance for evaluation purposes with technical merit significantly more important than either of the other evaluation criteria. Posted 10/05/99 (W-SN388607). (0278)

Loren Data Corp. http://www.ld.com (SYN# 0002 19991007\A-0002.SOL)


A - Research and Development Index Page