COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS
17 -- AIRCRAFT MONITORING TECHNOLOGY
- Notice Date
- October 6, 2000
- Contracting Office
- Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- 01-BAA-0001
- Response Due
- October 30, 2000
- Point of Contact
- Chris Veith 732-323-5198
- E-Mail Address
- KO (adlerce@navair.navy.mil)
- Description
- Note #'s 8-25-26 Services, Research and Development Synopsis# -- POTENTIAL SOURCES SOUGHT Naval Air Warfare Center AD, Contracts Dept. Code 252, Bldg 129-2, Lakehurst, NJ 08733-5083. A -- BROAD AGENCY ANNOUNCEMENT (BAA) FOR IMPROVED AIRCRAFT RECOVERY MONITORING AND DISPLAY TECHNOLOGIES FOR CV/CVN CLASS SHIPS SOL N68335-01-BAA-0001 01-BAA-0001 Responses DUE 30 October 2000. POC Christopher Veith, Contracting Officer, Code 2.5.2, (732) 323-2062. The Naval Air Warfare Center (NAWC) is interested in receiving proposals (technical and cost) for technologies related to aircraft recovery display systems aboard aircraft carriers. Responses to this BAA will be accepted at the procurement office for 12 months from the date of this announcement. Responses are required to be submitted in accordance with guidelines set forth herein. The selection of one or more sources for contract award will be based on a scientific and engineering evaluation of the response (technical and cost as it relates to technical effort) to determine the merit of the technical approach used. NAWC is interested in replacing the existing 9" diagonal Landing Signal Officer HUD CRT monitor with a sunlight readable monitor that will improve the safety and efficiency of aircraft recovery aboard aircraft carriers (CV/CVN). The priorities for the HUD replacement monitor are commercial off-the-shelf (COTS), non-developmental items (NDI), modified COTS or NDI, and lastly, specially designed or modified items. Demonstrations of candidate monitors will be required at sea aboard operating aircraft carriers. Offerors shall submit an original plus four (4) copies of the technical proposal and an original plus two (2) copies of the cost proposal. Additionally, the offeror must identify restricted rights to any part of the offer, if any, including computer software, and mark all pages containing proprietary or restricted use data. This announcement will be open for twelve months after publication. Proposals may be submitted at any time during this period. Early submission (within 15 days) is encouraged. Proposals may be evaluated as they are received or may be collected and reviewed periodically. Several awards may be made from this announcement. Award decisions will be based on the following criteria: (1) Overall scientific and technical merits of the proposal as they apply to the area of interest in the announcement; (2) The offerors capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives; (3) Originality of the idea; (4) Quality of approach and thoroughness of planning; (5) Realism of proposed cost. The merit of the proposal will be evaluated in relation to the proposed cost and availability of funds. Technical proposals should be limited to five (5) pages. The cost of preparation of this response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. Point of contact for technical issues is John Zirkel (Code 1.X ), (732) 323-4044 Point of contact for contractual matters is Christopher Veith, (732) 323-2062. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. Offerors are cautioned that only contracting officers are legally authorized to commit the Government . For planning purposes, the period of performance is estimated to be one (1) year or less at a level of effort of 0.5 to 1.5 man-years for each contract. Contract type will depend on the nature of the offer received and the Government's cost/benefit analysis of the proposed work and available funding. No formal solicitation will be issued; this BAA is the solicitation. Exterior markings on the response shall be as follows: N68335- 97-BAA-702, Naval Air Warfare Center, Attn: Christopher Veith, Code 2.5.2 (Contracts Division) Building 129-2, Highway 547, Lakehurst, NJ 08733-5082. (0330)
- Record
- Loren Data Corp. 20001011/17SOL001.HTM (W-280 SN5038U7)
| 17 - Aircraft Launching, Landing and Ground Handling Equipment Index
|
Issue Index |
Created on October 6, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|