Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2000 PSA #2687
SOLICITATIONS

A -- BASIC AND APPLIED RESEARCH IN HIGH ENERGY LASER SYSTEM TECHNOLOGY

Notice Date
September 14, 2000
Contracting Office
Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748 ,Fort Huachuca, AZ 85670-2748
ZIP Code
85670-2748
Solicitation Number
BAA-00-10-FH
Point of Contact
William Barclay, Technical POC for Joint Technology Office, (703) 588-7432, barclawg@acq.osd.mil; Barbara C. VanDoren, Contracting Officer, Fort Huachuca, AZ (520) 533-1342, barbara.vandoren@huachuca-emh1.army.mil
Description
This Broad Agency Announcement constitutes the entire solicitation for this effort. No additional information is available, nor will a formal request-for-proposal or other solicitation regarding this notice be issued; requests for same will be disregarded. Directorate of Contracting, ATTN: ATZS-DKO-I (B. VanDoren/L. Carter), PO Box 12748, Fort Huachuca, Arizona 85670-2748. INTRODUCTION: The Directorate of Contracting, Fort Huachuca, acting as the contracting agent for the Department of Defense, Joint Technology Office, is issuing a two step (white paper and full proposal) Broad Agency Announcement (BAA) to solicit research proposals (structured as a base year and phases/options) for basic and applied research supporting high energy laser system development. Multiple acquisition awards are anticipated with typical periods of performance of 12-24 months including final reports and/or demonstrations. RESEARCH NEED: The Department of Defense Joint Technology Office High Energy Laser program will develop and execute a Department-wide, coordinated management and investment strategy to take advantage of opportunities presented by advances in HEL technologies. The program will promote projects, research, scientific studies, or other initiatives providing farsighted, high payoff research leading to advances in HEL science and technology. This announcement constitutes a Broad Agency Announcement (BAA 00-10-FH) as specified in FAR 6.102(d)(2)(i). Information in this BAA is supplemented by a Proposer Information Pamphlet (PIP), available at http://huachuca-www.army.mil/usag/DOC/index.htm or by contacting the Directorate of Contracting, Fort Huachuca at lawrence.carter@huachuca-emh1.army.mil, before submitting a white paper or proposal. PROGRAM SCOPE: The challenge and goal of the program is to increase the DoD military unique basic and applied research investment to ensure development of revolutionary capabilities and to stimulate the HEL industrial supplier base. Primary focus will be increasing knowledge and understanding in a number of HEL related fields through theoretical analysis, modeling, and experimentation. Up to $1.9M of basic research (6.1) and $10M of applied research (6.2) funding for universities and industry may be available for these efforts. Multiple awards are anticipated during early FY 2001. The anticipated funding level for any single award, assuming a nominal 12-month performance period, should not exceed $1M. Funding and the funding level, if any, for efforts beyond FY 2001 has not been decided. TECHNICAL TOPIC AREAS: There are seven technical topic and associated thrust areas, as follows: 1. Solid-state lasers. Solid state laser technology interests include reliable, low-cost diode laser pump arrays; coherently phased fiber laser arrays; and heat capacity laser technology. Thrust areas include, but are not limited to: Development and demonstration of coherently phased fiber arrays; Scale-up Heat Capacity Lasers (HCL) to 100's of kilowatts; Development of low cost diodes. 2. Chemical Lasers. Chemical laser technology interests include chemical oxygen-iodine, hydrogen-fluoride, and deuterium-fluoride laser technology improvements, including closed-cycle and electrically-pumped systems, modeling, analysis, and simulations. Thrust areas include, but are not limited to: Improve high priority laser devices: Chemical Oxygen-Iodine Laser (COIL) for Airborne Tactical Laser (ABL); Hydrogen-Fluoride (HF) for Seaborne Laser (SBL); Deuterium-Fluoride (DF) for the Mobile Tactical High Energy Laser (THEL), including modeling and simulations; Produce tactical-friendly closed cycle Chemical Oxygen-Iodine and Deuterium-Fluoride lasers. Evaluate Airborne Tactical Laser device, engineer Electric-Chemical Oxygen-Iodine laser, examine Deuterium-Fluoride lasers; Evaluate electrically pumped, novel hybrid approaches (such as, but not limited to, Diode pumped oxygen iodine laser, electrically pumped oxygen iodine laser). 3. Free Electron Lasers. Free electron laser technology interests include high average current injectors, high power resonators/undulators, and high average current electron beam transport. Thrust areas include, but are not limited to: Develop High Average Current Injectors; Develop High Power Resonators/Undulators; Develop High Average Current Electron Beam Transport. 4. Beam Control. Beam control technology interests include advanced illuminator laser technologies; high sensitivity, high bandwidth sensors; novel mirror and coating technologies; novel beam steering/control elements and systems; optical component and coating measuring technologies; integrated testing of beam control systems. Thrust areas include, but are not limited to: Development of components (to include, but not limited to: illuminators, sensors, mirrors, coatings, etc.); Continued development in optical component and coating measuring technologies; Continued developmental and integrated testing (e.g., Starfire Optical Range and North Oscura Peak). 5. Lethality. Lethality interests include modeling and simulation of lethality mechanisms, pulsed versus continuous-wave lethality effects, and electro-optic sensor vulnerability and battle damage assessment. Thrust areas include, but are not limited to: Characterization of advantages of pulsed versus Continuous Wave effects; Increased modeling and simulation of lethality mechanisms; and/or Evaluation of electro-optic (EO) sensor vulnerability and battle damage assessment. 6. Advanced technology(s) supporting high energy laser (HEL) system development. Advanced technology interests include femto-second laser effects and devices; new solid-state laser materials and concepts emphasizing advanced cooling techniques (e.g., radiation cooling), system efficiency improvements, wavelength diversity (e.g., sodium wavelength beacon lasers), novel power scaling techniques; advanced, high-average-power relay mirror techniques. Thrust areas include, but are not limited to: Technology development to support full power relay mirrors (studies, concepts, data collection); Examine femto-second laser effects and devices; Research new solid state laser materials (different concepts for radiation-cooling, various wavelengths, efficiency, high-temperature operation, heat capacity). 7. Novel and innovative technology concepts supporting high energy laser systems not covered under the first six topics are also encouraged. The primary intent is to develop advanced high energy laser technologies having direct application to Department of Defense High Energy Laser systems technical requirements. Proposals supporting High Energy Laser system architectures are desired for new and innovative concepts associated with the entire range of laser, beam control, lethality and advanced technologies outlined above. PROPOSAL PREPARATION INSTRUCTIONS: This announcement is an expression of interest only and does not commit the government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to normal bid and proposal indirect costs as specified in FAR 31.205-18. If a subcontract(s) with a Federally Funded Research and Development Center (FFRDC) is proposed, offerors are reminded of the limitations in their use (see FAR 35.017) and must provide documentation in the proposal that work is not otherwise available from the private sector. Each proposal shall reflect the potential for commercial application and the benefits expected to accrue from this commercialization. Technology transition efforts, partners, or plans should be explicitly discussed. Discussions with any of the points of contact shall not constitute a commitment by the government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the government. Any responsible offeror considering itself capable of satisfying the needs identified in this BAA may submit a proposal. Such offerors may include foreign firms to the degree they are eligible to receive awards resulting from this solicitation. Offerors may also include foreign personnel as part of their proposed resources, however, these personnel must meet all requirements necessary to perform on the resulting contract (e.g., security clearances). Teaming and cost-sharing are encouraged. Further, Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation because of the impracticality of reserving discrete areas of research in advanced high energy laser technology. This BAA will remain open through 15 December 2000 for the purposes of receiving proposals. The Directorate of Contracting, Fort Huachuca will conduct an initial round of proposal receipt. In order to be considered for an award during this first round, proposals must be received by the Directorate of Contracting, Fort Huachuca, at the address identified on or before 15 November 2000. Proposals received after the closing date of this BAA, 15 December 2000, will not be considered. WHITE PAPERS: GENERAL. The submission of white papers, while encouraged, is optional; offerors may elect to submit a full proposal without having submitted a white paper. Failure to submit a white paper is not grounds for elimination from consideration. White papers should be submitted to the Directorate of Contracting, Fort Huachuca at the address identified on or before 29 September 2000. After review, offerors submitting white papers shall be notified not later than 24 October 2000 by the Directorate of Contracting, Fort Huachuca with the evaluation results. Regardless of the white paper evaluation, an offeror may submit a proposal which will be reviewed and evaluated. White papers should not contain classified information nor contain proprietary information or data. FORMAT: The form and format for white papers follow. White papers not satisfying the form and format requirements may be rejected without further review or evaluation. White papers shall describe the problem(s) to be solved, provide any existing evidence the proposed solution(s) will be successful, and predict the relative impact of such a solution(s) should it(they) prove successful. White papers shall contain the following parts: The Cover Sheet; four (4) page executive summary, maximum; and one (1) page cost summary. A description of these parts may be found below. The Cover Sheet shall be clearly marked "WHITE PAPER." The page format shall be 12 point or larger type, single-spaced, one inch margins, single sided, 8.5 by 11 inch pages. The page limitations for white papers include all figures, tables, and charts. No formal transmittal letter is required. Offerors shall submit an original of each white paper and an electronic copy in Microsoft Word for Windows format on 3 inch 1.4MB floppy diskettes or an Iomega-compatible 100MB Zip disk(s) by the closing date (29 September 2000). FULL PROPOSALS: GENERAL. Full proposals will be due on or before 15 November 2000 to the Directorate of Contracting, Fort Huachuca. Information or data contained in a full proposal deemed proprietary by the offeror should be clearly marked. Proposals shall consist of two volumes: Technical and Management and Cost. The page format shall be 12 point or larger type, single spaced, one inch margins, single sided, 8.5 by 11 inch pages. The page limitation for the technical/management proposal includes all information (i.e., indices, photographs, foldouts, appendices, attachments, key personnel, resumes, etc.). Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. The maximum total length of Volume I is forty (40) pages. Offerors are encouraged to keep cost proposals to a goal of 20 pages. Offerors shall submit an original of each white paper and an electronic copy in Microsoft Word for Windows format on 3 inch 1.4MB floppy diskettes or an Iomega-compatible 100MB Zip disk(s) by the closing date (29 September 2000). Proposals exceeding the maximum total length WILL NOT be considered. FORMAT. Volume I -- Technical and Management. Cover Sheet: The Cover Sheet shall identify the BAA number, technical area, lead organization submitting the proposal, type of business (large, small, educational institution, other not-for-profit/non-profit, etc.), offerors CAGE code and CCR number (if any), other team members (if applicable) and their types of business, proposal title, technical points of contact, and administrative/business points of contact. Points of contact shall include voice and facsimile telephone numbers, electronic mail addresses, and internet web site addresses, if any. Each proposal must indicate on the cover sheet which area(s) is being addressed. If multiple areas, the proposal cover sheet should indicate the areas addressed in descending priority order. Part I: Summary of Proposal. This section shall provide an overview of the proposed work, as well as introduce associated technical and management issues. In a manner of the offeror's choosing, this Part should provide a succinct description of the uniqueness and benefits of the proposed project. Proposers must address: A. Innovative claims for the proposed research. (Include in this part all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated.) B. Deliverables associated with the proposed research, and any plans and capabilities to accomplish technology transition and commercialization. C. Schedule and milestones for the proposed research, including overall estimates of cost for each task in each year of the effort. D. Technical rationale, technical approach, and constructive plans for accomplishment of technical goals. E. General discussion of other research in this area. F. A clearly defined organization chart for the program team with brief biographical sketches of key personnel. G. Teaming relationships, as applicable, to include the programmatic relationship of team members; the unique capabilities of team members; the task responsibilities of team members; the teaming strategy among the team members; the key personnel along with the amount of effort to be expended by each person during each year. Part II: Detailed Proposal Information. This part shall provide the detailed, in depth discussion of the proposed. Specific attention must be given to addressing both the risks and payoffs of the proposed research that make it desirable to pursue. This Part shall provide: A. Statement of Work (SOW), describing the effort's scope, the specific tasks to be performed and their associated schedules and relationship to the technical topic and associated thrust areas, described above. B. Description of the results, products, transferable technology, and expected technology transfer path(s). C. Detailed technical rationale. D. Comparison with other ongoing research highlighting the uniqueness of the proposed effort and approach. E. Discussion of offeror's previous accomplishments/work in this or closely related research areas. F. Description of the facilities that would be used for the proposed effort. G. Detailed description of the support, including formal teaming agreements, required to execute the offeror's proposal. Part III: Additional Information. This Part shall include a brief bibliography of relevant technical papers and research notes (published and unpublished) which document the technical ideas upon which the proposal is based. Volume II -- Cost. Part 1: Cover Sheet. The Cover Sheet shall be as described for Volume I. Part 2: Detailed Cost Breakdown. Offeror shall provide all cost estimates associated with the proposed project, to include: (1) total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead charges, etc.) and further broken down by year Government fiscal year; (2) major program task costs by year; (3) an itemization of major subcontracts and equipment purchases; (4) a summary of projected funding requirements by month; (5) a description of cost estimating methods; and (5) the source, nature, and amount of any industry cost-sharing. Where the effort consists of multiple portions which could reasonably be partitioned for purposes of funding, these should be identified as options with separate cost estimates for each. Part 3: Supporting Cost and Pricing Information. This part shall include supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in Part 2 above. Costs for subcontracts having 20% or more of the total value of the work must be substantiated to the same level of detail as the costs of the offeror. EVALUATION AND SELECTION: Proposers should obtain a copy of the Proposer Information Package (PIP), including expanded proposal evaluation criteria. The PIP may be obtained from the World Wide Web at http://huachuca-www.army.mil/usag/DOC/index.htm or by requesting a copy via email at lawrence.carter@huachuca-emh1.army.mil. White papers and proposals will be selected through a technical/scientific/business decision process using the following criteria in descending order of importance: (1) the effort's potential contributions to the overall DoD High Energy Laser program and the extent to which the research effort will contribute to balancing the overall program, (2) overall scientific and/or technical merit, including technical feasibility, degree of innovation, understanding of the technical and operational approach, and experimental approach, (3) the offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving proposal objectives, (4) qualifications, capabilities, and experience of key personnel, (5) the offerors record of present and past performance, and(6) cost reasonableness and realism. Awards under this BAA will be made to responsible offerors on the basis of the evaluation criteria above and a BEST VALUE approach to the Government. Awards will be subject to the availability of funds. Awards may take the form of a procurement contract, grant, cooperative agreement, technology investment agreement, or other-transaction-for-prototype, depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. If warranted, portions of resulting awards may be segregated into pre-priced options. The Government reserves the right to 1) select for award all, some, or none of the proposals received, and 2) incrementally fund any award instrument. PROPOSAL SUBMISSION: Proposers may submit multiple proposals. Proposals may cover individual or multiple technical topic areas. To be considered, full proposals (in original) must be received at the Directorate of Contracting, ATTN: ATZS-DKO-I (HEL BAA), PO Box 12748, Fort Huachuca, Arizona, 85670-2748, on or before 4:00PM Mountain Standard Time, (MST), Wednesday, 15 November 2000. For overnight package delivery, proposals should be addressed to the Directorate of Contracting, ATTN: ATZS-DKO-I (HEL BAA), Bldg 22208 Auger St. (2nd Floor), Fort Huachuca, Arizona 85613-6000, on or before 4:00 PM Mountain Standard Time (MST), Wednesday, 15 November 2000 . In addition to the original hardcopy, an electronic copy of the proposal shall be submitted on 1.44MB 3 inch floppy diskette(s) or Iomega 100MB Zip disk(s) acco
Record
Loren Data Corp. 20000918/ASOL001.HTM (W-258 SN496936)

A - Research and Development Index  |  Issue Index |
Created on September 14, 2000 by Loren Data Corp. -- info@ld.com