SOLICITATION NOTICE
A -- ROAD SIDE DETECTION OF EXPLOSIVELY FORMED PENETRATOR (EFPs)
- Notice Date
- 2/26/2009
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Explosive Ordnance Disposal Technology Division, N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- BAAN0464A0901
- Response Due
- 4/27/2009
- Archive Date
- 5/12/2009
- Point of Contact
- Margaret Booth 301-744-5124 Tammy Winters301-744-6886
- Small Business Set-Aside
- N/A
- Description
- The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) is issuing this BAA in support of the Road Side Detection of Explosively Formed Penetrator (EFPs) requirement which is sponsored by the Joint Improvised Explosive Device Defeat Organization (JIEDDO). The purpose of this effort is to identify and demonstrate technologies for vehicle-based applications to improve the detection of road side EFPs; based on the success and feasibility of the technologies demonstrated, follow on work may be pursued. Although hardware, software, or techniques developed as a result of contracts awarded under this BAA are primarily intended for transition to route-clearance type military activities, developed capabilities may be transitioned or applied to any future joint service combat mission requiring EFP detection. Paper copies of this announcement will not be issued. In addition, NAVEODTECHDIV reserves the right to select for award all, some, or none of the proposals in response to this announcement. NAVEODTECHDIV will provide no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVEODTECHDIV to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. This BAA will remain open for approximately two (2) months from the date of publication. Proposals may be submitted at any time during this period. I. General Information 1. BAA Issuing Agency Name - Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV)2. Contracting Agency Name - Naval Surface Warfare Center, Indian Head Division (NSWC-IHD)3. Sponsoring Agency Name - Joint Improvised Explosive Device Defeat Office4. Program Name - Road Side Detection of Explosively Formed Penetrators (EFPs)5. Research Opportunity Number - BAAN0464A09016. Response Date - 27 April 2009Vendors responding to this BAA may begin submitting responses on 27 February 2009, 0800 hours Eastern Standard Time (EST). Final submissions to this BAA are due by 27 April 2009, 1600 hours Eastern Standard Time (EST). In addition, NAVEODTECHDIV reserves the right to award contracts for a period of approximately one (1) year from date of this announcement. 7. Description of Opportunity - The intention of NAVSEA, through issuance of this BAA, is to solicit full proposals for the Road Side Detection of EFPs initiative sponsored by the Joint Improvised Explosive Device Defeat Organization (JIEDDO) Full proposals are sought that address hardware, software, techniques, or technology developments for EFP detection; specific requirements are identified below. Successful demonstration of a capability for Roadside EFP detection during this demonstration phase may lead to follow-on development work. Vendors are responsible for ensuring that their proposals are complete and submitted in a timely fashion. A. Definition of Problem/Threat: An Explosively Formed Penetrator (EFP) is a class of Improvised Explosive Devices (IEDs) with a shaped warhead designed to effectively penetrate armor at stand-off distances. An EFP is composed of three major components: 1) an arming device, 2) a trigger device and 3) the explosive device. The explosive device component consists of four elements: a concave metal liner, case, base plate and explosive charge. The case holding the explosive is generally cylindrical, fabricated from commonly available materials (PVC or steel pipe), with the forward end closed by a concave copper or steel disk-shaped liner to create the penetrator. Generally the military grade explosive is loaded behind the metal liner to fill the casing. A blasting cap initiator is placed through a hole centered in the base plate. Upon detonation, the explosives propel the liner to form a projectile in a direction in-line with the EFP at speeds well over one kilometer per seco! nd, depending on the design and type of explosive used. Detonation is controlled by command wire, radio control or remote arming with trigger. EFP's can be deployed singly, in pairs, or in arrays, and camouflaged in painted foam to look similar to natural rocks or man-made artifacts. B. Vendor Test Requirements: Vendors shall provide proposals for system demonstrations to detect and discriminate road side EFPs from a moving vehicle, modifications and/or minor development to enhance system capability after data acquisition activities, performing a blind testing and processing of the data. All data must be gathered by a moving platform (provided by the vendor) capable of maintaining the required speeds. The end-goal of this effort will be to integrate the technology/system on a vehicle capable of performing route clearance operations. Systems may include, but are not limited to: RADARs, IR and acoustics detecting one or several EFP components. NAVEODTECHDIV will convene a special board of subject matter experts to review all proposals, taking into consideration, the techniques proposed. NAVEODTECH DIV may choose to award one, none or several contracts. NAVEODTECHDIV may also reissue the BAA if no proposals are found to be acceptable. Systems must meet th! e following criteria: a)Ready to demonstrate a data acquisition capability within one month of contract award. b)Vendors must attend a one day pre-testing in-brief and a one day post-testing out-brief at either NAVEODTECHDIV, Indian Head, MD or JIEDDO - Crystal City (dates TBD).c)System testing: The vendor will be required to participate in two events: Phase I - data acquisition/demonstration and Phase II - blind testing.a.Phase I data acquisition event will occur approximately one month after contract award. Phase I supports the vendor by allowing the calibration of instruments on four scenes over the course of two days; these two days will include system set-up, data acquisition/testing, and system tear down. The vendor is encouraged to collect all possible information, during the allotted timeframe, that supports training of sensors and algorithms to detect EFPs and reject clutter. NAVEODTECHDIV will record the location of all emplaced threat items and clutter in UTM coordinates and provide that information to the vendor. It is NAVEODTECHDIV's hope that providing the vendor the opportunity to examine the threats, acquire data under realistic conditions and understand threat scenarios, that technologies/systems with better performance characteristics will be developed. It is NAVEODTECHDIV's intent to hold Phase I testing, if at all possible, on the East Coast of the United States, BUT if ! specific technical system specifications prevent this data acquisition and testing from being performed at local ranges, Yuma Proving Ground, Arizona; NSWC China Lake or other suitable West Coast government facility may be used.b.Phase II testing will occur approximately six (6) weeks after completion of Phase I data acquisition activities. Phase II will be a blind test in an operationally relevant environment. Testing will consist of two days at the range; this includes system set-up, testing and system tear down. The vendor will be given no information on size, type, location of EFPs or clutter etc. Phase I and Phase II, for each vendor, will be performed at the same government test range. d)Data Requirements (Phase II):a.The vendor will provide NAVEODTECHDIV a truth table within 14 days of completing Phase II testing. The table shall identify all detections found (EFPs and clutter) and the locations, in the test area, in UTM coordinates.b.The vendor will provide the following information for all detections (EFP and clutter):i.UTM coordinates of all detected objectsii.Time of detections (GMT)iii.UTM coordinates of sensor at time of detectionsiv.Vehicle speed in mph at time of detectionsv.Bearing of the vehicle relative to true north at time of detections.c.Vehicles will be supplied by the vendor as part of their system and will be tested at speeds: 1.5 mph, 3.0 mph, 5.0 mph, 10 mph, and 15 mph (with the faster speeds being the more relevant). Data provided will be recorded and evaluated at those speedsd.The vendor will be required to acquire and store at least 1000 meters worth of test data at the required speeds in a single pass.e.The vendor must have a sufficiently accurate means of providing both vehicle and ground truth data such that detections are within 2 meters of the threat. C. Follow-on Work Evaluation Criteria:Potential for follow-on work will be based on successful performance during Phase II testing as described by the evaluated criteria below:a)Calculated probability of detection and false alarm rates.b)Detections calculated in real-time will receive a more favorable consideration than those that require post-processing.c)Detections that occur at speeds equal to or greater than 15 mph, alert the driver and allow stopping of the vehicle before entering the kill zone will receive more favorable consideration than those that cannot.d)Reported detections that are within two meters of ground truth will be counted as detections; remaining detections (outside the two meters) will be considered false alarms. NAVEODTECHDIV may choose none, one or several vendors for follow-on development based on the outcome of Phase II testing specified by the criteria above. D. Other Unspecified Capabilities and Solutions:Offeror(s) possessing any additional technology, information, or recommendations that would enhance counter EFP prediction, detection, neutralization, mitigation systems and training solutions are encouraged to submit proposals to this BAA. 2. PROPOSAL PREPARATIONThis section provides information and instructions for the preparation and submission of proposals under this BAA. 2.1Consent to Access. Administration of proposals submitted under this BAA will be by paper or CD. Submittal of proposals to NAVEODTECHDIV in response to this BAA is to be considered authorization to allow required government or contractor personnel access to any data submitted (including cost and pricing data, data the contractor might otherwise consider proprietary, and data that meets the definition of "trade secret" as used in the context of 18 USC 1905) for the purpose of evaluating the proposal and contract award. The consent to access that is to be inferred for the use of proposal submissions shall also be granted by any subcontractor or team member who makes a direct submission of information to the Government. 2.2Submission of Proposals. Electronic (CD) and/or paper proposals, three copies each, shall be submitted to: Margaret Booth, Code 51L, Naval Explosive Ordnance Disposal Technology Division, 2008 Stump Neck Road, Indian Head, Md 20640-5070. Full proposals will be evaluated against criteria in paragraph 3.1 of this BAA. White Papers and Quad Charts will not be accepted. The period of performance of each selected proposal will not exceed 6 months in duration from contract award. Due date for the proposals is 27 April 2009. The government reserves the right to award contracts for a period of one year after 27 April 2009. 2.3 Special Handling Procedures for Classified InformationClassified responses (up to SECRET) must be appropriately and clearly marked (including all paragraphs and pages containing the subject data), packaged, and shipped in accordance with classified material handling procedures and security regulations pertaining to the level of classification. Classified submittals MUST be received by applicable due date and time. Classification does not eliminate the offeror's requirement to comply with all instructions in this BAA. Classified proposals shall be submitted with one (1) original paper copy and four (4) photocopies. Classified proposals shall be mailed or delivered to the following address: Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV)Acquisition & Technology Department2008 Stump Neck RoadIndian Head, MD 20640-5070 Note: NAVEODTECHDIV is the official site for the receipt of proposals by due date and time. For classified proposals sent to NAVEODTECHDIV the inside envelope shall be addressed to the attention of Margaret A. Booth, Code 51L. Any proposal, regardless of classification, submitted by any other means, or that is late will not be considered by the government. 2.3Electronic File Format.The proposal shall be submitted in Microsoft Office 2000 (Word, Excel, or PowerPoint), or Adobe Acrobat (PDF - portable document format). All documents must be print-capable and without password. Submittals that cannot be opened or viewed will not be considered and will be rejected. 2.4Full Proposal General Requirements.Full proposals shall consist of three separate sections; Section One - Technical, and Section Two - Management and Section Three - Cost. All sections shall reference the BAA number and include the Offeror's project title. Separate proposals must be submitted for each system proposed. Period of performance for all proposals shall be no longer than six (6) months in duration and costs should not exceed $350K. No other funding will be available during this portion of the effort, although future work may be funded based on successful demonstration of technology capabilities. All pages shall be 8 x 11 inch, singe-spaced with one-inch margins, fonts no smaller than 10 point, and must be printable, readable, and complete. The technical and management information shall not exceed 20 pages including figures, charts, and tables. The 20-page count excludes the Cover Page. Each proposal submitted shall include the following sections: (A) Cover Page - includes necessary contr! actual information including the offeror's contracting point of contact (name, telephone number, email address, facsimile number, mailing address) and business information (Data Universal Numbering System (DUNS) number, Cage Code, DCMA Point of Contact, DCAA Point of Contact, CCR, business type). (B) SOW detailing scope of work and a detailed description of each task (to include Phase I and Phase II testing, system integration, data acquisition, data analysis and final reporting), (C) Materials and Government Property - Describe the anticipated materials and facilities requirements for the work proposed. Include any government furnished equipment (GFE), materials (GFM) or facilities required. Provide the schedule for all equipment, materials, or facilities as applicable, if none, so state. (D) A description of deliverables, technology description, how technology will be applied toward the EFP problem, data storage and manipulation, positional (GPS or other) accuracy and ! location information, integration on a vehicle, etc, (E) A description of the Offeror's past experience in the area of interest and/or any current work in the technology area. (F) Full Proposal Cost - The offeror shall prepare and submit cost proposal with supporting documentation. The cost proposal should contain cost estimates sufficiently detailed for meaningful evaluation and include tasking discussed in (B) above. The cost proposal is not considered part of the page count; there is no page limit for the cost proposal. Budgeted cost elements should reflect the following: a) labor categories, labor rates, hours being charged, b) Cost of equipment, c)Travel costs and time, and the relevance to stated objectives, d) Estimate of material and operating costs, e) Documentation/Report Costs, f) subcontract costs and type (the portion of work to be sub-awarded and rationale), g) Other direct costs, h) Indirect costs, i) Fee, and j) Facilities Capital Cost of Money. In addition, the vendor is required to identify any existing contracts they ha! ve with the Government or other funding agreements that may be available. 2.4.4 Intellectual Property, Technical Data and Software.All anticipated intellectual property, technical data or software rights shall be disclosed. 2.4.4.1 Patents and Patent Applications.Identify and existing, applied for, or pending patents that will be used in the conduct of this effort. Provide Patent number or application number and title. If no patents or patent applications are relevant; so state. 2.4.4.2 Rights in Technical Data.Identify any technical data and/or computer software that will be delivered with less than unlimited rights as prescribed in DFARS 252.227-7017 and DFARS 252.227-7028. If unlimited rights in technical data are proposed, so state. Unlimited rights or a minimum of Government Purpose Rights are desired. 2.4.5 Central Contract Registration (CCR).Prospective contractors must be registered in the DoD CCR database prior to award of an agreement. By submission of an offer resulting from this BAA, the offeror acknowledges the requirement that a prospective contractor must be registered in the CCR database prior to award, during performance, and through final payment of any agreement resulting from this BAA. The CCR may be accessed at http://www.ccr.gov/. Assistance with registration is available by phone at 1-888-227-2423. 2.4.6 Technical Evaluation SupportAlthough it is the intent of this office to use government personnel in the review, evaluation, and administration of all submittals for this BAA, contract personnel may be used to handle submittal information. All individuals in this category that will have access to any proprietary data shall certify that they will not disclose any information pertaining to this solicitation including any submittal, the identity of any submitters or any other information relative to this BAA, and shall certify that they have no financial interest in any submissions evaluated. Submission of information in response to this BAA constitutes permission to disclose information to certified evaluators under these conditions. 3. PROPOSAL EVALUATION.3.1 Evaluation of full proposals: Evaluations will be conducted using the following selection criteria: (1) Overall scientific and technical merit; of particular interest will be proposed: resolution of the system (what diameter EFPs does the vendor expect to detect), range of the system (up to what distance from the vehicle will detections be made), what provisions in file storage and manipulation will be made to accommodate the amount of data that must be gathered, processed and stored at 15 mph speeds, computing speed (how long will processing of data take and are real-time speeds attainable such that the vehicle will have time to stop prior to becoming a target; and how will the vendor ensure that accurate positional data can be calculated/determined within the 2 meter requirement, (2) The understanding of EFP requirements and the technical/scientific innovation and risk to solve the requirement, (3) Potential for transition to route clearance efforts, (4) The Offeror'! s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives, (5) Proposed cost and fees. 4. OTHER BAA INFORMATION. This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. The Government may incrementally fund any award issued under this BAA. The Government will not pay for proposal preparation costs. The cost of preparing proposals in response to this BAA is not allowable as a direct charge to any contract resulting from this BAA or to any other Government contract. Offerors are advised ! that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. For more information regarding this BAA you may contact:Ms. Margaret Booth, Code 51L, NAVEODTECHDIV2008 Stump Neck Road, Indian Head, Maryland 20640-5070301-744-5124Margaret.booth@navy.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e53cef9b5aff91b80805fb8be49234e&tab=core&_cview=1)
- Record
- SN01758094-W 20090228/090226221048-1e53cef9b5aff91b80805fb8be49234e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |