SOLICITATION NOTICE
A -- BROAD AGENCY ANNOUNCEMENT FOR AUTONOMOUS MINE DETECTION SENSORS (AMDS)
- Notice Date
- 5/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- DAAB15-02-R-0030
- Response Due
- 6/17/2002
- Archive Date
- 7/17/2002
- Point of Contact
- Patricia Davis, 703-325-1713
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(pat.davis@cacw.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Due to size limitations, the complete Broad Agency Announcement (BAA) cannot be posted here. Please visit the Interactive Business Opportunities Page (IBOP) for the complete document. The URL for the IBOP is https://abop.monmouth.army.mil. The BAA can b e found by accessing the Army Contracting Activity drop down menu, selecting CECOM and then searching for DAAB15-02-R-0030. PART I - DESCRIPTION: This document is a Broad Agency Announcement (BAA) sponsored by the U. S. Army Communications-Electronics Command (CECOM) Night Vision Electronics Sensors Directorate (NVESD). This BAA is issued under provisions of paragraph 6.102(d )(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive selection of research and development proposals submitted in response to this announcement. Accordingly, proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, 'The Competition in Contracting Act of 1984'. This BAA will be posted on the Interagency Business Opportunities Page at https://abop.monmouth.army.mil. Any amendments to this BA A will only be posted at the IBOP. It is recommended that all interested parties register for the solicitation specific mailing list that will provide email notification of any updates to the BAA. Prospective offerors should note that this BAA is an expr ession of interest only and does not commit the Government to make an award or pay proposal preparation costs generated in response to this announcement. The cost of proposal preparation for response to a BAA is not considered an allowable direct charge t o any resultant contract or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. This BAA is intended for the development of research efforts in support of the NVESD - Counte rmine Division. Specific information on program goals is provided in the following section, Program Description. Potential offerors are reminded that only a duly warranted contracting officer may obligate the government to an agreement involving the expe nditure of Government funds. Questions concerning contractual, cost or pricing, or proposal format matters may be directed to the Ms. Ellen Morris, Contract Specialist, 703-325-6152 or email: ellen.morris@cacw.army.mil. Questions concerning technical i ssues may be directed to the attention of Mr. Tom Becker, NVESD, at tom.becker@nvl.army.mil with a carbon copy to the Contract Specialist. No discussion is to be held with offerors by the technical staff after White Paper and/or Proposal submission withou t the permission of the Contracting Officer. In order for any proposals to be considered, the proposed effort MUST meet the definition of basic or applied research and development found at FAR 35.001. Submission of White Papers is mandatory prior to subm ission of a full proposal. The selection of one or more proposals for award will be based on a peer and scientific evaluation of each offerors response (to include both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. Pursuant to the requirements of FAR 52.219-9, if the total amount of the proposal exceeds $500,000, a large business offeror(s) selected for award will be required at that time to submit a Subcontracting Plan for Small, Small Disadv antaged and Woman Owned Small Business Concerns. PART II - PROGRAM DESCRIPTION: The NVESD Countermine Division is searching for technology approaches capable of detecting anti-personnel (AP) and anti-tank (AT) mines, at a minimum distance of 10m (measure d horizontally) in front of the detection sensor. The threshold is 10m standoff from the operator and the goal is 10m standoff from the sensor. Size and weight constraints are for the sensor suite to be the payload for an autonomous robotic platform (thre shold) or soldier borne (goal). The objective of this BAA is to solicit an expression of interest from industry and organizations through White Papers that describe a technological approach that has the potential to meet the performance capabilities defined above for the AMDS mission. Based on the evaluation of the White Papers, the Army will select up to 8 technologies mature enough for a demonstration, most probably at Ft. AP Hill, Virginia, in late Fiscal Year (FY) 2002. The Government does not intend to purchase the demonstrators during this phase; it will however, pay selected sources cost for round trip transportation of the demonstrator and labor and per-diem cost for operation of the demonstrator not to exceed a total of $25,000. The purpose of the demonstrations is to exhibit that the technology has the potential, starting in FY2005, to be integrated into a robotic vehicular platform and be ready for operational demonstrations by FY2007. Based on the results of this demonstration, full proposals will be requested for multi-y ear technology development contracts from those companies whose proposed technologies successfully meet the stated performance criteria. The Army anticipates awarding up to 6 multi-year technology development contracts before the end of FY2003. The goals for each development contract will be to mature the detection technology so that it is capable of detecting surface-laid and buried anti-personnel (AP) and anti-tank (AT) land mines at to meet the following exit performance critieria: Probability of Dete ction (Pd): current: 95%, minimum: 98%; and goal: 99%-- False Alarm Rate (FAR): current: ~ 0.3/meter squared; minimum: 0.2/meter squared; goal: 0.03/meter squared -- Stand-Off Potential: current: ~ 1 meter; minimum: 10(stand-off from operator); g oal: 10(stand-off from sensor) -- Coverage Rate: current: ~ 1 meter squared per minute; minimum: 2 meter squared per minute; goal: 50 meter squared per minute -- Unit cost: Minimum: $15,000/production unit; Goal: 10,000/production unit. The weight goals for the detection sensor are defined as capable of being man-portable. While it is currently TRADOCs intention to select an autonomous robotic vehicle in FY05 for use in a prototype demonstration, the platform decision could still be a soldier. At the completion of the technology development phase, the Army intends to award up to two-system development contracts in late FY05 for the design and integration of a pre-production prototype detection sensor package into an autonomous platform for an oper ational demonstration in FY07. Operational prototype demonstrations will be conducted at Ft. AP Hill, Yuma Test Center, and Aberdeen Proving Grounds. These contracts will be awarded under the auspices of the rules and regulations for Other Than Full and Open Competition. This BAA constitutes the only announcement that will be made seeking participants for the AMDS STO. Companies or organizations that do not participate in the FY2002 technology demonstration may not be considered later for participation in the technology development or the system development phases of the AMDS STO. Sensors developed under this program may be incorporated into other Army countermine development programs or programs, such as the HSTAMIDS program managed by the Program Mana ger for Mines, Countermine and Demolitions (PM-MCD) as P3I. Awards against this BAA can be made for two yeas after receipt of proposals. Specific costs and terms and conditions will be negotiated prior to award. The Government contemplates the awarding of Cost Reimbursement (Cost, CPFF) type contract (s); however, proposals based on other contract types will be considered. The Government reserves the right to select for award all, some, or none of the white papers and proposals received. The maximum le ngth of an award will be three years. There is no 'a priori judgement' regarding the number or size of individual awards or the allocation of total research an d development funds across the technology solutions listed above. PART III - WHITE PAPER SUBMITTAL: White Paper Content: In order to be evaluated for participation in the demonstration to take place at Fort AP Hill in early FY03, vendors are required t o submit a white paper describing the technical capabilities of the proposed technology and the estimated cost for attendance of the demonstration. The purpose of the white paper is to preclude unwarranted effort and expense by potential offerors in prepa ring a full technical and cost proposal for efforts not considered responsive or for efforts evaluated to have very low overall probability of obtaining support. White Papers shall consist of two primary sections, Technical and Cost. The technical sectio n shall be no more that 30 pages. The Technical section shall consist of a clear description of the technology(s) being proposed, the objectives of the proposed effort, the technical issues to be resolved to accomplish the objectives, the approach to reso lving these issues, an assessment of the ultimate capability of the proposed technology. The cost section shall consist of a one page cost breakdown of the actual cost of conducting a demonstration at Ft. AP Hill, Virginia, and in no cases shall be greate r than $25,000. In addition to the above information, the white paper submission shall include the Non-Disclosure agreement required under paragraph 'Use of Contractor Evaluators'. Evaluation Processes: CECOM-Acquisition Center-Washington will respond t o each white paper with an invitation to propose or a notification that a proposal will not be entertained. Only those invited offerors will be permitted to submit a full proposal. White Papers will be evaluated as they are received, however, they may be collected for periodic evaluation. White Papers lacking scientific merit or relevance to Army needs, or those that may fall in areas wherein funds are not expected to be available may be rejected without further action. Use of Contractor Evaluators: T he Army has determined that it will be necessary to use the services of Institute for Defense Analysis (IDA) in a white paper/proposal evaluator role. The Army contracts with IDA and its employment contracts with its personnel prohibit the unauthorized dis closure of data to which IDA or its employees have access under this Broad Agency Announcement. The firm is expressly prohibited from competing on the subject acquisition. The exclusive responsibility for source selection remains with the Government. In accomplishing the duties related to the evaluation process, IDA may require access to proprietary information contained in the offerors' proposals. Therefore, pursuant to FAR 9.505-4, IDA must execute an agreement with each offeror that states that they w ill (1) protect the offerors' information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. It is requested that each offeror co ntact IDA to effect execution of such agreement as soon as possible to enable the completion of the evaluation of the white papers. Each offeror shall submit a copy of the agreement with the White Paper submission (see Part III). Contact information for IDA is provided below: Institute for Defense Analysis, Attn: Harold Bertrand, 4850 Mark Center Drive, Alexandria, VA 22311-1882, hbertran@ida.org. White Paper Due Date And Time: Proposals are due by 17 June 2002 at 12 noon Eastern Daylight Savings Time and must be submitted in three copies (on three separate electronic media) on either CD ROM, IOMEGA Zip (PC 100), or 3.5 inch floppy disks, in Microsoft Office Software (Word, Excel, etc.) format or Adobe format to CECOM Acquisition Center-Washington, 2461 Eisenhower Avenue, Room 1126 (Attn: AMSEL-AC-WB-B (Ms. Ellen Morris)), Alexandria, VA 22331-0700. Due to size limitations, the complete Broad Agency Announce ment (BAA) cannot be posted here. Please visit the Interactive Business Opportunities Page (IBOP) for the complete document. The URL for the IBOP is https://abop.monmouth.army.mil. The BAA can be found by accessing the Army Contracting Activity drop dow n menu, selecting CECOM and then searching for DAAB15-02-R-0030. PARTS IV and V can only be found at the IBOP. In addition, any additional posted information will only be provided at the IBOP.
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN00069630-W 20020503/020501213356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |