Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577

A -- VEHICLE MANAGEMENT SYSTEM SOL DAAH10-00-R-0002 DUE 052500 POC Ms. Rhonda Chase (757) 878-3766 E-MAIL: AATD, RChase@AATD.Eustis. Army.Mil. DESC: The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for research, design, and development of Rotorcraft Vehicle Management System (RVMS). Proposals are required to be submitted in accordance with the guidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. PROGRAM OBJECTIVES: AATD is interested in innovative and new ideas to support the Vehicle Management System (VMS) paradigm. The VMS includes all of the subsystems required to manage and control a vehicle such that it can perform its missions. VMS consists of hardware, software and firmware, and works as an integral part of a larger vehicle system. There are many ongoing programs emphasizing hardware (electronics, optics, miniaturization, etc) or software (coding, autocoding, object oriented approaches, etc.) architecture (federated, centralized, hybrids, etc.) advances. This effort seeks to leverage these advances and approaches to combine them into an affordable, advanced rotorcraft VMS (RVMS) and to reduce the risk of development and implementation into both new and legacy systems. An "open" system is preferred where "open" refers to using recognized standard non-proprietary interfaces and interface descriptions. TECHNICAL SCOPE: The result of this program is an open RVMS concept design which is affordably flight certifiable. Part of the design effort is to consider the functional partitioning, in other words, where the interfaces are and how the functions are grouped together for the most practical and efficient RVMS. The substantiation of the resulting design must include technology tradeoff studies; design descriptions; approaches and methodologies of this RVMS concept; software flight qualification approaches, philosophy and paradigms; RVMS open architecture approach; scalability of the system and any unique RVMS requirements or characteristics vs. any other VMS. Development and implementation risk into both new and legacy systems must be addressed. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: The Government funding planned for each award is expected to be in a range of $500,000 to $1,000,000. Period of performance is expected to be 14-18 months. Proposals must follow the guidelines described in this solicitation. TYPE OF CONTRACT: The Government contemplates award of a fixed price level-of-effort or cost-sharing contract. However, a range of funding instruments other than a procurement contract including cooperative agreements or other transactions is available. DELIVERABLES: All contracts awarded under this solicitation will require delivery of the following data items: (1) Management Plan, (2) Design documents (3) Bi-Monthly Progress, Cost and Performance Reports, and (4) Final Report FINAL BRIEFINGS: All contracts awarded under this solicitation will include a requirement for the Contractor to present the results of their work to Government personnel. In addition, contractors will support an Industry Day briefing upon completion of the effort. Both briefings will be at Fort Eustis, Virginia. EVALUATION CRITERIA: The selection of one or more sources for contract award will be based on a scientific and/or engineering evaluation of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria set forth in this section. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. These evaluations will result in narrative ratings which will be used to develop an order of merit listing for proposals submitted under each topic. Proposed cost will be evaluated, as appropriate, for realism and reasonableness. The evaluation criteria are: (1) The extent to which the proposed work satisfies an Army research need by use of innovative, efficient, affordable, and suitable approaches to the stated technical problem; (2) The merit of the offeror's proposed approach to accomplish the scientific and technical objectives; (3) The experience and qualifications of the scientists, engineers, technicians, and other proposed personnel; (4) The suitability and availability of proposed facilities; and (5) Cost and risk to the Government. There will be no formal RFP, other solicitation requests, or other information regarding these requirements. SECURITY REQUIREMENTS: All work performed under resulting contracts will be unclassified and will not require access to classified material. A determination has been made that performance under the contracts will require access to and/or generate technical data the export of which may be restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provide an "Export-Controlled DoD Data Agreement" certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Participation in the programs announced in this BAA is limited to U.S. and Canadian firms. Applicable Security Determinations: Unclassified, Critical Technology. GOVERNMENT FURNISHED EQUIPMENT and DATA RIGHTS: It is the Offeror's responsibility to identify, coordinate and supply supporting documentation for use of any equipment, whether the Contractor furnished or requested Government owned and furnished. The Government desires "unlimited" rights" to all data, including software and hardware delivered under this effort. It is the Offeror's responsibility to identify all proprietary data and properly identify the associated rights sought by the Offeror. GENERAL INFORMATION: Guidance provided in this section applies to all proposals submitted under this announcement. Proposals submitted must consist of a clear statement of objectives, a technical section which should include, but not be limited to, background experience, concepts and ideas, methodology, expected contribution of the research to the Army mission, a Statement of Work (SOW) and milestones, a technical plan, a biographical section describing key personnel, a funding profile (a cost breakout by month), a cost proposal, and a program management section. The cost proposal must include cost breakdown providing man-hours by task, all pricing rates used, and equipment and materials listings, if applicable. Use of separate volumes for technical and cost data is acceptable but not required. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. This BAA topic will remain open until 12:00, EST, 25 May 2000. Proposals submitted after the cutoff date will be handled in accordance with FAR 52.215-1. A copy of this provision may be obtained from http://farsite.hill.af.mil. Awards under this announcement are anticipated to be made prior to 31 July 2000. However,unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 30 September 2000. The Government anticipates multiple awards under this announcement, though no minimum or maximum number of awards can be guaranteed. The Government reserves the right to select for award any, all, part or none of the proposals received. Further, the Government reserves the right to select for award only a portion of an offeror's proposal (i.e. certain tasks vs. total program). Multiple proposals from the same offeror that address different topics, that propose different solutions under a single topic, or that address only part of the problem under a topic will be accepted and evaluated independently. This announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. No pre-proposal conference will be held. Proposals must be submitted in original and four (4) copies. Proposals, excluding the cost section, shall not exceed 30 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, AMCOM, AMSAM-RD-AA-C (Rhonda Chase), Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this solicitation must request it in writing at the above address, datafax at (757) 878-0008, or e-mail: rchase@aatd.eustis.army.mil. Oral explanations or instructions given before the award of any contract will not be binding. Any information given to a prospective offeror concerning this solicitation, which is necessary in submitting offer or the lack of which would be prejudicial to any other prospective offeror(s), will be published as an amendment to this announcement. Any additional contracting and technical issues should be submitted in writing to the Contract Specialist, Ms. Rhonda Chase via the above datafax number or e-mail address. All responsible sources may submit a proposal that will be considered by this agency. Offerors are cautioned that only Contracting Officers are legally authorized to commit the Government. EMAILADD: rchase@aatd.eustis.army.mil EMAILDESC: <A HREF="mailto:rchase@aatd.eustis.army.mil">AATD CITE: (W-127 SN329002) </A> Posted 04/13/00 (W-SN444463). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0005 20000417\A-0005.SOL)


A - Research and Development Index Page