Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS

A -- BROAD AGENCY ANNOUNCEMENT -- LAND-BASED NATIONAL MISSILE DEFENSE (NMD) SYSTEMS CONCEPT DEFINITION STUDY (CDS

Notice Date
December 1, 2000
Contracting Office
Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160
ZIP Code
22242-5160
Solicitation Number
N00024-01-R-6309
Response Due
December 1, 2001
Point of Contact
0263, Mr. Steve Caracciolo, 703-602-7707 x630
Description
The U.S. Navy, in collaboration with the Ballistic Missile Defense Organization (BMDO), is identifying and evaluating Navy system concepts which could supplement land-based National Missile Defense (NMD) systems to provide a more robust and effective NMD capability. The Concept Definition Study (CDS) Part I provided a first-order assessment of the potential Navy contributions to NMD. The CDS Part II is providing more refined analysis of system performance and cost, schedule and risk considerations. As the Navy and BMDO refine system concepts in the CDS Part II, industry participation is needed to help assure that these concepts are defined such that, in the future, they can be transitioned to an executable acquisition program. Industrial expertise and perspective is needed to both review and critique existing system concepts and to contribute fresh, innovative system concepts that may provide solutions to some of the many NMD technical challenges. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. This BAA will be open for 1 year from the date of the announcement. Proposals may be submitted at any time within that period. Simplified acquisition contracts may be awarded as awards are expected to be in the $25,000 range. Awards will be limited by funding availability, therefore, early submission of proposals is desirable and encouraged. This announcement will remain open and white papers will be accepted through 31 January 2001. Awards may be made at any time after 1 January 2001. This BAA should not be construed as a commitment or authorization to incur costs in anticipation of an award; the Government is not bound to make any awards under this announcement. Submission of a white paper does not assure the offeror of a subsequent award. White papers should be submitted as a Microsoft Word file either (1) as an email attachment to caracciolosj@navsea.navy.mil OR (2) on 3.5 inch floppy disk to Naval Sea Systems Command, ATTN: Steve Caracciolo (Code 0263), 2531 Jefferson Davis Highway, Arlington VA 22242-5160 (telephone 703-602-0951 x630). Hard copy submissions are neither required nor desired. White papers should be formatted as follows: A. Cover Page (one page) -- identify offeror by name and address, include point of contact with telephone number and email address, include date of submission, indicate that submission is in response to this BAA; B. Overview (one page) -- provide overview of offeror's capabilities; C. Costing (one page) -- provide summary of direct and indirect costs and fee/profit. In addition, identify and provide name and address, and point of contact, including telephone number, of applicable government auditor and Administrative Contracting Officer; D. Specific experience (two to three pages) -- provide a description of your System-Level and/or Family-of-Systems-Level experience with Navy weapon and/or combat systems; Space, Joint and/or Navy system architecture experience; Ballistic Missile Defense experience; and/or Development and manufacturing experience. Contractors will be selected to participate in the CDS based upon the following criteria: System-Level and/or Family-of-Systems-Level experience with Navy weapon and/or combat systems; Space, Joint and/or Navy system architecture experience; Ballistic Missile Defense experience; and Development and manufacturing experience. Anticipated cost will be considered in the selection, but cost will not be the primary determining factor. The Government reserves the right to select all, some or none of the proposals received in response to this announcement. Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. Selected contractors will be invited to attend a set of classified program briefings that will provide description of CDS analyses performed to-date, threat characteristics and scenarios for further study. The briefs will also include description of any study constraints and assumptions such as Force Structure, Naval Architecture and operational environment requirements. Classified reference materials will be available to the contractors at the NSWCDD TBMD/NMD warroom. Contractors can use this facility to review classified material, request copies of documents and submit questions for government response. Contractors will present interim briefs to the CDS Study Management Team (SMT) at the Mid-Winter In Progress Review (IPR) and at the May IPR. Based on the material presented at these IPRs, the government will provide critiques to the contractors and may request areas for clarification and refinement. The results of the contractor studies will be documented in a final report and delivered by August 2001. The report should document the system design concepts identified and the assessment of their performance against the threats and scenarios. An assessment of the operational implications should include the tradeoffs between single-mission and multi-mission ships. In addition, system cost and schedule implications should be described.
Record
Loren Data Corp. 20001205/ASOL007.HTM (W-336 SN507855)

A - Research and Development Index  |  Issue Index |
Created on December 1, 2000 by Loren Data Corp. -- info@ld.com