Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1999 PSA#2486

EXTENSION OF N00019-98-BAA-UATD UNMANNED AVIATION TECHNOLOGY & DEMONSTRATIONS -- Broad Agency Announcement (BAA) N00019-98-BAA-UATD -- This BAA is extended for 9 months from the publication date of this notice. The due date for Phase I Proposal Abstracts is now 1 September 2000. Abstracts may be submitted at any time during this period and will be evaluated quarterly commencing 1 December 1999. Phase II Full Proposals, will be requested at a subsequent date based on interest in the proposed topic and funding availability. BAA also listed at www.navair.navy.mil (Business/Doing Business With Us/Open Solicitations). Points of Contact (POC): Contract Specialist, Brad Austin, (301) 757-8945; Contracting Officer, Vicki Fuhrmann, (301) 757-2602; Technical POC, Kerry Kelley, (301) 757-5871. Please send all email submittals to austinbr@navair.navy.mil and kelleykk@navair.navy.mil I. INTRODUCTION. The Naval Air Systems Command (NAVAIR) is announcing this BAA as an unclassified solicitation to obtain science and technology proposals in the area of Advanced Umanned Aviation Technology and Demonstrations. II. GENERAL INFORMATION. The Navy is working jointly with the Marine Corps, Defense Advanced Research Projects Agency (DARPA) and others, as appropriate, pertaining to this technology. Through this BAA competition, NAVAIR is soliciting for research and development (R&D) concepts addressing areas relating to unmanned aviation, including platforms, payloads and operational concepts. The Navy plans to increase its level of sponsorship in the area of small, unmanned air vehicles (UAVs). These vehicles will offer revolutionary capabilities to warfighters, particularly those in small teams. New tactical advantages centered around small UAVs, including increased situation awareness, surveillance capabilities, standoff weaponry, forward-pass targeting, and logistics support are all leading the way to a new age in warfighting. Along with these new capabilities come new operational concepts as well as unexplored issues revolving around the safety, utility, and supportability of these systems. NAVAIR, in conjunction with the Naval Air Warfare Center (NAWC), Patuxent River, MD, is seeking to investigate these operational concepts and associated issues, and to promote rapid system acquisition and transition to the fleet. NAVAIR is planning to make awards within the overall program objectives that are to explore new concepts through emerging small UAV technologies, create adaptations to better suit the needs of the warfighting community, certify the sustainability and safety of candidate systems and promote those systems through the procurement process. These awards are subject to the availability of appropriations. All awards will be based on merit competition. Consortiums of government, industry, and universities, teaming arrangements and partnership formations that enhance technology demonstration are encouraged. Partnership proposals should list one vendor as the principle point of contact and define the relationships among the partners. Proposals must have military applications. Commercial applications, as well as cost sharing, are strongly encouraged. IMPORTANT INFORMATION FOR PROSPECTIVE CONTRACTORS: Registration in the DODs Central Contractor Registration (CCR) database will be a prerequisite for receiving an award resulting from this Broad Agency Announcement. For more information on the CCR, contact the CCR Assistance Center at 1-888-227-2423. III. AREAS OF INTEREST. Work is being solicited in three areas: 1. New Operational Concepts for Small UAVs including operations from sea-based platforms, operations in support of littoral warfare, and operations in urban environments. Of particular interest are those concepts that develop and demonstrate the utility of a Vertical/Short Take Off and Landing UAV (V/STOL). Any proposed system must be suitable, with respect to size, cost, and supportability as well as for access and control by forward deployed military or irregular light forces. Concepts should address logistic support, payloads, operating, safety and system performance parameters. Also of interest are concepts that address autonomous takeoff, flight, landing, auto routing, and enhanced urban area survivability features. Proposals should fully explain the connection between any novel proposed UAV capability and warfighting applications. Any proposed prototype hardware should be designed in a manner that makes it suitable for rapid development for field demonstrations. Examples of the types of concepts that could be proposed are: a. Concepts that develop a perimeter security function and a moving target "chase" capability. b. "Mothership" concepts that allow smaller micro UAVs to be deployed/controlled/monitored. c. Lethal and non-lethal weapon delivery systems are of interest. This may address a variety of systems from integration of existing armament into the UAV platform to modified warheads and submunitions as well as methods to provide human-in-the-loop, mobility control. d. Concepts that will lead to refinement of the sensor-to-shooter problem considering the weapons mix of the Littoral Battlespace. Solutions that increase placement accuracy and operator standoff range are of particular interest. e. Re-supply of deployed forces utilizing the UAV as a beast of burden that is integrated into the logistics supply arm of the supported force. Semi-/fully automated ship-to-ship Vertical Replenishment (VERTREP) or ship-to-shore capability is desired. f. Simulation and study efforts that analyze proposed capabilities, techniques, tactics or procedures, when the procurement of experimental hardware for operational testing is either technically not yet possible or too expensive. 2. Technologies that advance the state-of-the-art in Flight Safety, Performance, and Supportability of Small UAV Airframes are of interest. Examples are: a. Technology that reduces the need for UAV dedicated equipment such as integrating functions with advanced team or squad-level communications equipment; use of open architecture hardware and software platforms; and, tactical display systems. Also included are systems normally carried by a small unit for use in controlling the UAV, displaying payload products and relaying functions to other network nodes. b. Concepts which increase situational awareness, mission planning, execution monitoring, and operations visualization. c. Manufacturing, maintenance (depot and field) and quality assurance technologies which lead to a greater degree of airworthiness and reduced life cycle costs, including expendable technology. d. System safety and mechanisms to improve training to transition the capability to manage and control small UAVs at the squad or platoon level. 3. Systems Integration and Demonstration Testing proposals should result in significant performance enhancements or novel warfighting applications. The following classes of systems are of interest: a. Networking and datalinks, including satellite links, and automated flight control technology that address a common systems approach to UAV operations are of particular interest. New approaches to networking, data dissemination and relay technology between small UAVs and small teams. Datalink proposals should address approaches for low probability of intercept/detection, anti-jam, and network management. b. Testbed platforms that can act as a surrogate for Tactical Control Station, Modular Integrated Avionics Group, Collision Avoidance/IFF, Tactical Common Data Link integration or other open system architecture. c. Payloads and concepts of employment in both the military and commercial environment. Payloads may be contained on the UAV or deployed as an expendable or recoverable. d. Control interfaces which address issues related to commonality between UAV and land robotics control, reduction of proficiency requirements, and increased systems safety. e. Tools and manipulaters that provide new capabilities for insertion of robotic elements, payload launching and retrieval mechanisms, and additional functionality to the small UAV. IV. CONTRACT/AGREEMENT TYPE. NAVAIR is willing to consider varioustypes of contract vehicles including; traditional FAR/DFARS type contracts and/or non-procurement agreements (e.g., Cooperative Agreements, and "Other Transactions"). Other Transactions will be entered into under the authority of 10 U.S.C. 2371 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and "Section 845, Authority to Carry Out Certain Prototype Projects." Information concerning "Other Transactions" can be found at http://www.darpa.mil/cmo/pages/other_trans.html and http://www.acq.osd.mil/ddre/research, or by contacting Brad Austin, Contract Specialist, at (301) 757-8945, or by e-mail to austinbr@navair.navy.mil V. PROPOSAL REQUIREMENTS. Proposals should be submitted in two (2) phases. Phase I -- Proposal Abstract. Proposers should submit proposal abstracts, not to exceed Fifteen (15) pages, in advance of full proposals. Proposal abstracts should contain a technical description (including commercial applications) of theproposed effort, a summary cost estimate with type of contractual vehicle proposed and (if applicable) the anticipated sharing arrangement, an estimated timeframe for project completion, a brief description of the facilities involved, a brief resume of the principle investigator(s), and the contract/agreement type being proposed. The Government may request the contractor to present a technical briefing on the proposed effort(s) at NAWCAD. Although discussions with the government are permitted prior to submission of abstracts, these technical briefings are desired following the formal submission of an abstract. The Government is not liable for any costs associated with this brief. The abstract cover letter should discuss the contractor's willingness to provide a technical brief. The proposal abstract, an original with four (4) additional copies, must be submitted to the following address, or submitted by facsimile to (301) 757-8988, cut off 1 September 2000: Naval Air Systems Command, Code: AIR-2.4.3.3.5, Attn: Brad Austin-N00019-98-BAA-UATD, Bldg. 441, Unit 7, 21983 Bundy Road, Naval Air Station, Patuxent River, MD 20670-1127. Contents of Proposal Abstracts may also be submitted electronically to austinbr@NAVAIR.navy.mil. Confirmation of receipt is recommended for electronic submission. Upon review, the Navy will provide written feedback of the proposal abstract. If a contractor's proposal abstract is selected to continue to Phase II, the date for submission of a full proposal will be provided in writing. REQUEST FOR SUBMISSION OF A FULL PROPOSAL DOES NOT GUARANTEE AWARD SELECTION. Phase II -- Full Proposal. Only Offerors whose Phase I Proposal Abstract is considered capable of meeting DALP Program requirements will be asked to submit Phase II Full Proposals. All proposals submitted under the terms and conditions cited herein will be reviewed. Full proposals should be submitted in two (2) volumes: Volume I, Technical Proposal, and Volume II, Cost/Funding Proposal. Volume II should contain a firm estimate of cost, both total cost and detailed cost for each functional area. Proposals will be evaluated by the criteria cited in Section VI. Proposals shall be submitted in original, with the signature of an authorizing official, with five copies to the address noted above. Awards are planned by 01 March 2000. TECHNICAL PROPOSAL. Technical proposals should not exceed twenty-five (25) pages and should include the following three sections: Section I -- Executive Summary: Provide a brief technical and business description of the contents of the proposal. The technical area should address the proposal's technical goals, approach, and expected results. The business area should address business and/or commercial applications of the proposal technology. Section 2 -- Technical Issues: Give a detailed explanation of the technical approach, objectives, staffing and resources relating to the development of the proposed technology for military and commercial (if applicable) use. Discuss clearly and specifically in realistic terms the technical objectives of this proposed effort; include a Statement of Work (SOW) that discusses the specific tasks to be accomplished, tied to the specific approach and goals of the project. Resumes for Principle Investigator(s) and other key research personnel should be submitted, along with a detailed description of the current and planned facilities and equipment to accomplish the research objectives. A description of past performance on similar efforts should be included within Section 2. Section 3 -- Business Issues: Discuss the business issues relating to the commercial applications of the proposed development and its impact on the market. Include the benefits to the Department of Defense (DOD). COST/FUNDING PROPOSAL. Cost/funding proposals are not restricted in length, have no specific page layout requirements, and should address funding periods of performance. Work breakdown structures and certified cost or pricing data are neither required nor desired, however, NAVAIR reserves the right the request this information for proposals using FAR/DFARS type contracts. Cost/funding proposals should be organized to include four (4) sections in the following order: total project cost, cost sharing and in-kind contributions, cost to the Government and off-budget supporting resources. These are described in more detail below. Section 1 -- Total Project Cost: This section will give a detailed breakdown of costs of the project. Cost should also be broken down on a task-by-task basis for each task appearing in the Statement of Work (SOW). This should include all of the proposed costs to the Government and cost sharing by the proposer. The following information should be presented in your proposal for each phase of the effort: total cost of the particular project phase; total proposer cost share (mandatory for certain "other transaction agreements" see above); funding requested from the Government; and elements of cost (labor, direct materials, travel, other direct costs, equipment, software, patents, royalties, indirect costs, and cost of money). Sufficient information should be provided in supporting documents to allow the Government to evaluate the reasonableness of these proposed costs, including salaries, overhead, equipment purchases, fair market rental value of leased items, and the method used for making such valuations. Profit should not be included as a cost element if the contract type to be awarded will be cost sharing. Section 2 -- Cost Sharing and In-Kind Contributions: This section will include: (1) the sources of cash and amounts to be used for matching requirements; (2) the specific in-kind contributions proposed, their value in monetary terms, and the methods by which their values were derived; and (3) evidence of the existence of adequate cash or commitments to provide sufficient cash in the future. Affirmative, signed statements are required from outside sources of cash. Proposals should contain sufficient information regarding the sources of the proposers cost share so that a determination may be made by the Government regarding the availability, timeliness, and control of these resources. For example: How will the funds and resources be applied to advance the progress of the proposed effort? What is the role of any proposed in-kind contributions? Section 3 -- Cost to the Government: This section will specify the total costs proposed to be borne by the Government and any technical or other assistance including equipment, facilities, and personnel of Federal laboratories, if any, required to support these activities. The cost to the Government should be that portion of the proposed effort, which is not covered by the contractor's portion of the cost share. The costs incurred and work performed by any DoD or national laboratory "partnering" with the offeror under the proposal shall normally be considered costs of the Government and not costs of the proposer for purposes of the cost-sharing requirement. Proposals should contain sufficient information regarding the resources to be provided bythe Government so that an evaluation of their availability, timeliness, and control may be made. Section 4 -- Off-Budget Supporting Resources: This section will show cash or in-kind resources which will support the proposed activity but which are not intended to be included in the total project cost. Items in this category do not count as cost share nor as Federal funds which must be matched. Examples of items to place in this category include: Commitments of cash or in-kind resources from other Federal sources, such as national laboratories, and projections of fee-based income where there is substantial uncertainty about the level which will actually be collected and where the income is not needed to meet cost-share requirements. VI. EVALUATION CRITERIA. The government will evaluate proposals responsive to any or all of the areas of interest discussed herein. The primary evaluation criteria, of equal weight, are: (1) Scientific and technical merits of the proposed research to include, (a) the degree to which proposed research and development objectives support the targeted technical topic and (b) validity of the technical basis for the approach offered; and (2) Relevance and potential contributions of the research to the objectives of the Unmanned Aviation Technology & Demonstration program to include (a) the relevance of the proposal to the stated technology areas of interest; (b) the anticipated operational military (or commercial, if applicable) utility of the proposed capability; (c) the ability of the proposed system/study to be ready for field-testing or to be complete within a period established in the negotiated contract; (d) the suitability of the proposed capability for inclusion in a warfighting experiment (results of a simulation/study may be suitable for inclusion, but a contractor proposing paper vice hardware,needs to specifically address this evaluation factor); and, (e) projected affordability of transitioning the technology to the fleet or a commercial activity (for any developed hardware). Other evaluation criteria, of lesser importance than (1) and (2) but equal to each other, are: (3) The qualifications of the task principal investigator and other key research personnel; (4) The adequacy of current or planned facilities and equipment to accomplish the research objectives; and (5) The realism and reasonableness of cost, including proposed cost sharing. (6) Past performance on similar efforts. Final decision on award type will be made by the government. The Government will not screen abstract topics on behalf of a contractor in advance of the submission of a white paper and will not give detailed debriefs to unsuccessful offerors. Reasonable written questions, not excessive in length, will be answered if submitted to the above address. This notice constitutes a Broad Agency Announcement 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 receipt of proposal abstracts for a period of one year from the date of initial publication of this announcement. The Standard Industrial Classification (SIC) code for this BAA is 8731 with the small business size of 1,500 employees. No portion of this BAA has been set aside for historically black colleges and unive WEB: NAVAIR Open Solicitations, http://www.navair.navy.mil/business/ecommerce/index.cfm. E-MAIL: Click here for the contract specialist, austinbr@navair.navy.mil. Posted 11/29/99 (W-SN404055).

Loren Data Corp. http://www.ld.com (SYN# 0371 19991201\SP-0016.MSC)


SP - Special Notices Index Page