Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2005 FBO #1304
SOLICITATION NOTICE

A -- Nonacoustic Underwater Source and Sensor Technology

Notice Date
6/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893605R0058
 
Response Due
8/4/2005
 
Archive Date
10/4/2005
 
Description
Responses to this Broad Agency Announcement are sought to explore the development and demonstration of nonacoustic sensor and source system/subsystem technology to support the future operational fielding of such systems appropriate for Naval applications for situational awareness in support of SEA STRIKE and SEA SHIELD. The Navy wishes to identify and explore nonacoustic sensor and source system/subsystem technology issues in the general areas of Laser Technology, Optical Sensors, and Underwater Optical Propagation. Nonacoustic sensor or source system/subsystem developers and other qualified offerors are invited to submit proposals for the development and demonstration of nonacoustic sensor and source technology that will provide system/subsystem capabilities that will lead to an end-to-end sensing and communication system for Naval deployment. Proposal topic areas of specific interest in this BAA include but are not limited to the following: 1. Laser Technology. The objectives of this area are to develop all components required to construct a blue laser capable of operation underwater and on airborne platforms. The wavelength range of interest is 470 to 496 nm. Special attention should be given to power/weight, volume and overall efficiency of operation. A pulse-repetition-frequency (PRF) of 700 Hz or greater is desirable for Laser Infrared Detection and Ranging System (LIDAR) /Laser Detection and Ranging System (LADAR) applications, however, other applications may require significantly lower PRF's . A pulse width of 10-18 ns is generally desired for LIDAR/LADAR applications; however, pulse widths of several hundred picoseconds or less are also of interest. High average power, 20 W or greater with high beam quality, M2, of 2.0 or less are desired. Emphasis should be placed on designs that explicitly support manufacturability and life cycle cost as well as acquisition cost reliability, and system power e! fficiency. The payoffs will be blue lasers to support multiple Navy underwater-related missions and a more robust industrial base to support other nonacoustic sensor programs. Although the primary focus of this portion of the BAA is the development of blue laser sources, designs capable of providing significant performance at multiple wavelengths (blue, green, red) are also encouraged. 2. Optical Sensors. The objectives of this area are to develop the optical sensors/receivers that will support the other technology areas described within this document. High optical to electrical conversion efficiency, increased S/N (high dynamic range), low-cost, and manufacturability will be emphasized. Optical receivers with high bandwidth (>0.5GHz) and large active area (>1cm) are also desired. The payoffs are new optical sensors that will provide increased performance in the littoral and deep-water environments. 3. Underwater Optical Propagation Modeling. The objective of this area is to develop theoretical modeling techniques to predict the effect of environmental (water optical properties, water depth, sea surface characteristics), system (transmitter/receiver properties) and underwater object (size, shape, reflectivity, depth) characteristics on the performance of various underwater systems, including optical communication, LIDAR/LADAR, and optical imaging systems. These models and tools will be used to evaluate the effectiveness of new approaches relative to existing techniques in terms of signal-to-noise, detection range, resolution (spatial and temporal), and other mission-specific performance criteria. The payoffs will be a significantly enhanced capability to determine the benefits and limitations of new and existing optical sensors. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102 (d)(2). A formal Request for Proposal (RFP)/ Solicitation, will not be issued. The Naval Air Warfare Center, Weapons Division (NAWCWD) will not issue paper copies of this BAA. NAWCWD reserves the right to select for award, all, some of none of the Proposals in response to this BAA. NAWCWD reserves the right to fund all, some, or none of the Proposals received under this BAA. NAWCWD provides no funding for direct reimbursement of proposal development costs. Technical and Cost Proposal (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAWCWD to treat all Proposals as competition sensitive Bid and Proposal Information and to disclose their contents only for the purpose of evaluation. Awards will be in the form of contracts. Therefore, Proposals submitted as a result of this announcement will fall under the purview of the Federal Acquisition Regulations (FAR). 1. GENERAL INFORMATION 1.1 Agency Name Commander Naval Air Warfare Center, Weapons Division Code 210000D/D. Zamarron 429 Bowen Road, Stop 4015 China Lake, CA 93555-6108. 1.2 Response Date This BAA will be open for a period of 45 days from date of publication. Proposals are desired in the following ranges: Single-year or multi-year efforts may be proposed. In any case, funding will be on a year-by-year basis. Funding a project in FY06 does not obligate NAWCWD to fund future-year efforts on that project. For multi-year efforts, offerors are encouraged to structure projects such that future-year efforts are options and such that there are significant results produced during each year of the project. It is recommended that the first phase of any contract be a up to $75k level-of-effort to be performed during FY06, under which the offeror refines the concept for the next phase of the contract, which may or may not be picked up for additional funding. The anticipated award date of Phase One contracts is 1 Oct 2005. Options for Phase One (1) up to $150k can be included in the first phase contract but there is no guarantee that they will be exercised. Options shall be completed during FY06. Contracts that have the next phase exercised should consider funding levels for the secon! d phase to be $500 to $900k to be performed during FY07. 1.3 Points of Contact (POC) Questions shall be directed to the cognizant POC as specified below: Government Contract Specialist: Debra Zamarron, (760) 939-9658. e-mail: Debra.Zamarron@navy.mil. Fax (760) 939-8107. Government Procuring Contracting Officer: Doreen Robbins, (760) 939-9665, e-mail: Doreen.Robbins@navy.mil. Fax (760) 939-8107. Technical: Dr. C. Denton Marrs, (760) 939-0790, e-mail: C.Marrs@navy.mil. 1.4 Instrument Type Cost Plus Fixed Fee (CPFF) contracts are anticipated. 2. ANTICIPATED AWARD INFORMATION 2.1 It is anticipated that up to 8 Phase One contracts and up to 5 Phase Two contracts may be issued under this BAA. The anticipated period of performance for Phase One efforts is approximately twelve months. Proposals for periods less than twelve months will also be considered. Phase Two efforts are anticipated to be twenty-four months or less. 2.2 Offerors are advised that only Contracting Officers are legally authorized to commit the Government. All responsible sources may submit Proposals in response to this BAA, which shall be considered by the agency. 2.3 Small Businesses (SB), Historically Black College and Universities (HBCUs) and Minority Institutions (MI) are encouraged to submit Proposals; however, no portion of this BAA will be set-aside for SB, HBCU or MI participation. 3. APPLICATION AND SUBMISSION INFORMATION 3.1 Proposals shall be submitted to: Debra Zamarron, Contract Specialist Code 210000D, 429 Bowen Road, Stop 4105 Naval Air Warfare Center Weapons Division China Lake, CA. 93555 760-939-9658 Debra Zamarron, Contract Specialist Proposals shall be valid for 120 days from submission. 3.1.2 Proposal Format This segment provides the information needed to prepare proposals. A proposal for continuation of a given research project will be considered on the same basis as proposals for new research. Proposals submitted in response to the BAA may be for a period of performance from 1 to 3 years. Such long-term proposals should contain a brief summary of the work contemplated for each 12-month period, or phase of work, if the work is a phased effort. Proposals for periods of less than 12 months will also be considered. If proposing on more than one of the topic areas listed in above, separate technical and separate cost information shall be furnished for each system proposed. Any technology demonstration options should have the concept defined as an addendum to Volume 1, and be priced separately in an options addendum to Volume 2. Proposals shall be submitted designated by Volume 1 - Technical/Management, and Volume 2 - Cost Proposal. (a) Paper size.: 8.5 X 11 inch paper. (b) Font size: No less than 10-point font except figures that shall be no less than 8 point. (c) Margins: 1 inch. (d) Spacing: Single or double-spaced. (e) Copies: One original and five paper copies, plus five electronic copies on CD-ROM disk in Microsoft Office Suite or PDF Format. (f) There is a 50-page limit for Volume 1, Technical. There are no page limits to Volume 2. 3.1.3 Full Proposal Content: Volume 1: Technical Proposal Each section of the Technical Proposal must start on a new page. (a) Cover page: This must include the words "Technical Proposal" and the following: 1. BAA Number N68936-05-R-0058. 2. Title of Proposal; 3. Identify of prime Offeror and complete list of subcontractors, if applicable; 4. Technical contact (name, address, phone/fax, electronic mail address); 5. Administrative/business contact (name, address, phone/fax, electronic mail address) and; 6. Duration of effort. (b) Table of Contents. (c) Technical basis: identify the technical basis or theory supporting the proposed project to include a description of prior relevant work. (d) Statement of Work (SOW): A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. The proposal should be written in two phases. The first phase will be a study-type contract, with the second phase being an option for further development of the concept or technology area. Clearly identify the technical objectives of the proposed project, provide a detailed discussion of the tasks necessary to accomplish the proposed effort and cost per task and how they relate to the technical objectives. Identify major risks, their impact, and proposed means of mitigating them. Describe the products and significant technology resulting from the proposed effort. List expected reports, papers, and equipment that will result from the project. Describe the expected payoff of the results of the proposed effort. Single-year or multi-year efforts may be proposed. In any case, funding will be on a year-by-year basis. Funding a projec! t in FY06 does not obligate NAWCWD to fund future-year efforts on that project. For multi-year efforts, offerors are encouraged to structure projects such that future-year efforts are options and such that there are significant results produced during each year of the project. When options are contemplated, the SOW must clearly identify separate optional task areas. Similarly, the SOW must include a section which lists all proposed deliverable. (e) Project Schedule and Milestones: A summary of the schedule of events and milestones. (f) Assertion of Data Rights: Include a summary of any proprietary rights to pre-existing results, prototypes or systems supporting and/or necessary for the use of the research, results and/or prototype. Any rights made in other parts of the proposal that would impact the rights in this section must be cross-referenced. If there are proprietary rights, the Offeror must explain how these affect its ability to deliver subsystems and toolkits for integration. Additionally, offerors must explain how the program goals are achievable in light of these proprietary and/or restrictive limitations. If there are no claims of proprietary rights in pre-existing data, this section shall consist of a statement to that effect. Offerors are expected to mark each page of their proposal that contains proprietary information. (g) Deliverables: A detailed description of the results and products to be delivered. The SOW shall include a summary listing of those deliverables. (h) Management Approach: A discussion of the overall approach to the management of this effort, including brief discussions of the total organization; use of personnel; project/function/subcontractor relationships; government research interfaces; and planning, scheduling and control practice. (i) Key performers: Identify which personnel and subcontractors (if any) will be involved. Submit resumes for the key personnel identified. (j) Facilities: Include a description of the facilities that are required for the proposed effort with a description of any requested Government Furnished Items (e.g. equipment, hardware. Software, information, etc.). VOLUME 2 ? Cost Proposal The cost proposal shall consist of a cover page and two parts described in detail below. (a) Cover page. The words ?Cost Proposal? should appear on the cover page in addition to the following information (the use of an SF 1411 is optional). 1. BAA Number: N68935-05-R-0058; 2. Title of Proposal; Identify of prime Offeror and complete list of subcontractors, if applicable; 3. Identity of prime Offeror and complete list of subcontractors, if applicable. 4. Technical contact (name, address, phone/fax, electronic mail address); 5. Administrative/business contact (name, address, phone/fax, electronic mail address) and; 6. Duration of effort. (differentiate basic effort from any proposed options); 7. Summary statement of Proposed costs; and 8. Cognizant DCAA and DCMA point of contact, address, phone/fax and e-mail address. Part 1: Detailed breakdown of all costs by cost category by offerors and government's fiscal year (when options are contemplated, options must be separately identified and priced by the appropriate year); (a) Direct labor - Individual labor category or person with associated labor hours and unburdened direct labor rates. (b) Indirect costs - Fringe benefits, overhead, G&A, etc. (Show base amount and rate). (c) Materials - Should be specifically itemized with costs or estimated costs. Where possible, indicate purchasing method (competition, engineering specs, market survey, purchase requests, etc). (d) Subcontracts- Major subcontracts should include estimated price or cost, proposed contract type and basis for the estimate. The subcontractor's proposal may be provided in a sealed envelope with the offeror?s cost proposal. (e) Other Direct Costs - In particular provide rational and the basis of estimate for any proposed items of equipment or facilities. (f) Travel - Number of trips/participants, destinations, duration, etc. (g) Consultant - Provide consultant agreement or other document, which verifies the proposed loaded daily/hourly rate. (h) Fee - Including fee percentage. (i) Details/explanation of all other cost items should be given in this section. Part 2: Cost breakdown by task/sub-task corresponding to the same task breakdown in the proposed Statement of Work. Other information required: (a) A Certificate of Current Cost and Pricing is required before an award can be made for proposals over $550,000. (b) State whether the proposal includes DCAA approved Forward Pricing Rate Agreement (FPRA) direct and indirect rates. (c) Include a "Facilities Capital Cost of Money Form", DD Form 1861 if applicable. 4. ADMINISTRATIVE 4.1 Successful Offerors not already registered in the Central Contractor Registry (CCR) will be required to register in CCR prior to award of any contract. Information on CCR registration is available at http://www.onr.navy.mil/02/ccr.htm. 4.2 As prescribed in FAR 12.301(b)(2), all offerors shall complete the annual Representations and Certification electronically at HTTP://orca.bpn.gov prior to submittal of proposals. 4.3 Small Business Contracting Plan shall be included for all proposals of $500,000 or greater, in addition to the Small Disadvantaged Business Subcontracting Participation Plan. The subcontracting plan shall be prepared in accordance with FAR 52.219-9. 4.4 Export Control Technology. Potential offeror's under this announcement are reminded of the Export Administration Regulations, the International Traffic in Arms Regulations, and DoD regulations restricting the release of critical technologies, including technical data, to foreign nationals. 5. SPECIAL CONSIDERATIONS 5.1 Initiation of a subsequent task of a multiple task project will be contingent on satisfactory completion of the preceding task and availability of funding. 5.2. Data rights to the tasks accomplished with exception of data patented prior to initiation of the contracted project shall belong to the Government. 5.3 Total length of the anticipated period of performance is up to 36 months after contract award. 5.4 If the proposed work involves use of Government developed technologies or concepts the work to be performed by the Government must be described in the proposal as part of the overall plan. The proposal will clearly indicate which task/s is to be performed by the offeror and which task/s is to be performed by the Government. 5.5 The number of contracts awarded under this BAA will be dependent upon the funding. Contracts may be awarded for greater or lesser amounts based on assessment of the proposal's contribution to the Navy non-acoustic sensor and source technology objectives. To facilitate a partial award, cost will be easily identifiable for each subtask of each separate task. NAWCWD anticipates each selected proposal to be in two phases. The first phase shall be a small study contract to develop the concept and approach. The second phase shall be the execution of the tasks developed under the phase I. NAWCWD reserves to right to select for award any, all, or none of the proposals received. Also NAWCWD reserves the right to select all, partial, or none of the tasks in a specific phase II proposal. 6.1 Data Deliverables: 1. Monthly informal progress reports, in contractor format, providing brief ('one page) summary of technical progress and major problems. This report can be electronically transmitted to NAWCWD with a separate copy electronically transmitted to the COTR (e-mail: CMarrs@navy.mil) If classification is an issue, arrangements will be made for receipt of the report. The report is due at NAWCWD 5 days after completion of the month. 2. Quarterly informal report, in contractor format, providing summary of technical progress, brief statement of plans for the forthcoming quarter, and pertinent management information. This report is due at NAWCWD by the close of business of the first working day of the new quarter. This report may also be telecopied in the same manner as the monthly report, but a separate submission of the report must be provided to NAWCWD by mail. The monthly report for the last month of the quarter will be replaced by this quarterly report. 3. Formal technical report, in NAWCWD format (to be provided at contract award), at the completion of each phase of the contract effort. Three copies of the report draft are due at NAWCWD for review 30 days after completion the technical effort of each phase. After approval, a publication-ready report manuscript and one (1) copy will be provided NAWCWD. 4. Oral presentation at NAWCWD of technical accomplishments at the completion of each task/subtask. 5. Test plan, in contractor format. Three copies of each test plan are due at NAWCWD for review 30 days prior to the scheduled test date. 6.0 PROPOSAL EVALUATION Proposals shall be evaluated using a scientific review process performed by an evaluation team of Government experts drawn from the Navy, Office of Naval Research and other Government agencies as necessary. Per FAR 35.016(e), the primary basis for selecting proposals for acceptance shall be technical merit, importance to agency programs, and funds availability. Cost realism and reasonableness shall also be considered to the extent possible. Proposals submitted in response to this BAA will be evaluated in accordance with the following criteria in descending order of importance with items 4, 5 and 6 being equal: 1. The overall applicability to the Navy's mission and the suitability of approach presented for the selected a non-acoustic sensor, source, or system. 2. The technical merits of the proposed approach and its contribution to the Navy non-acoustic sensor/source system technology base. 3. The offerors capabilities, related experience and facilities or unique combinations of these qualities that are integral factors for achieving the proposed objective(s). 4. The qualification and experience of the offeror's principal investigator, and of the team's key personnel, who are critical in achieving the proposal objective(s). 5. The offerors' record of performance in nonacoustic sensor/source system/subsystem technology or directly related fields. 6. The reasonableness and realism of proposed costs and fees, if any, and the availability of funds. Upon receipt of a proposal, the NAWCWD evaluators will perform an initial review of its scientific merit and potential contribution to the Navy's mission and also determine if funds are expected to be available for the effort. Each proposal will be evaluated as it relates to the overall Navy non-acoustic sensor and source program rather than against other proposals for research in the same general area. Proposals not considered having sufficient scientific merit and/or relevance to the Navy's needs or those in areas for which funds are not expected to be available may be declined without further review NAICS Code = 334511, 750 employees Place of Performance = N/A Set Aside = N/A
 
Record
SN00832848-W 20050622/050620212211 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.