Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1999 PSA#2463

Supply Department Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave, Indian Head, MD 20640-5035

A -- BAA 00-001 S-3 AIRCRAFT AIRCREW ESCAPE SYSTEM POC Karen Tindley, Contract Specialist, (301) 744-6385 The Indian Head Division is seeking proposals for Additional Sources of CAD/PAD Technology for the S-3 Aircraft Aircrew Escape System. There will be no formal RFP or other solicitation requests for this requirement. Proposals shall address the following technology: Internal and External Initiators, Window Cutting Assemblies, Flexible Confined Detonating Cords, Linear Shaped Charge Assemblies. This Announcement provides suppliers the opportunity to propose alternate concepts which the government will evaluate through contractor performed Design Verification Testing, which, upon successful completion, could lead to qualification and implementation of second source signal transmission and severance type linear explosive devices in the S-3 aircraft applications. Organizations wishing to participate in this program must submit a proposal to IHDIV, NSWC by 29 Nov 99, 4:00pm EST. An offeror may submit more than one proposal, i.e, a proposal for each group or multiple proposals under one group. The groups shall be defined as follows: Group A encompasses the Internal Initiator and the External Initiator. Group B encompasses the Window Cutting Assemblies and the Flexible Confined Detonating Cords. Group C encompasses the Flexible Linear Shaped Charges. Specific deliverables, delivery schedules, and contracts will be negotiated with successful offerers whose concepts are selected for award. All proposals submitted under this announcement shall be considered government property and treated as "Competition Sensitive" materials. The government may require unlimited data rights for development work performed under the resulting contracts. Items submitted in proposals for Group A, Internal and External Initiators, shall meet all requirements of NAVAIR drawings 726AS110 and 726AS275 (MC47 and MC48) and MIL-D-21625 and MIL-D-23615. Items submitted in proposals for Group B, Window Cutting Assemblies and Flexible Confined Detonating Cords shall meet all requirements of NAVAIR drawing 726AS225 and 726AS375 (MF16 kit) and MIL-D-21625 and MIL-D-23615. Items submitted in proposals for Group C, Flexible Linear Shaped Charge shall meet all requirements of NAVAIR drawing 726AS175 and 726AS200 (MW68, MW69, MW72 and MW73) and MIL-D-21625 and MIL-D-23615. Copies of drawings may be obtained by requesting via email to tindleyka@ih.navy.mil. Proposals submitted for each Group shall include the following sections: (a) cover page including title and both technical and administrative points of contact, (b) a summary of the total proposal briefly describing the tasks to be performed, the deliverables, the costs, and the benefits of the project, (c) a detailed description of each task, not to exceed 30 pages total for all tasks proposed (excluding cost/price data) which includes the following: (1) SOW detailing scope of work, (2) a list of information and government furnished equipment (GFE) required, (3) a description of deliverables and their benefit to the project, (4) a detailed cost breakdown by task including labor charges, labor rates, hours, subcontracts, materials, travel, facility charges, and any remaining direct or indirect costs, (5) a schedule including milestones and a time/cost profile, (d) a description of the offerer's facilities, key personnel, and experience in the areas of interest (not to exceed 10 pages) and (e) past contract performance data. Each task will be evaluated using the following criteria: (a) Overall technical merit of the proposed approach, considering performance, design risk, safety, reliability, system integration, maintenance, producibility, with emphasis on previous testing conducted and reported in the proposal by each offerer, (b) potential contribution of the proposed approach to escape system performance, (c) the offerer's facilities and experience, (d) qualifications and applicable experience of key personnel critical to achieving the objectives including experience with current signal transmission and severance systems, (e) total realistic cost to the government of the proposed effort, and (f) past contract performance. This program is unclassified. All offers will be considered. The government will not cover any costs for proposal preparation. Organizations wishing to participate in this program should submit proposals (3 copies) to the Indian Head Division, Naval Surface Warfare Center, 101 Strauss Avenue, Indian Head MD 20640-5035, Attn: Karen Tindley, Code 1142J, Bldg 1558 by 29 Nov 99 at 4:00pm EST. Faxed proposals will not be accepted. The technical representative for this announcement is Mr. Stephen J. Martin, CAD Weapons/Aircraft Systems Branch and he can be reached at (301) 744-2320. Posted 10/25/99 (W-SN394492). (0298)

Loren Data Corp. http://www.ld.com (SYN# 0004 19991027\A-0004.SOL)


A - Research and Development Index Page