Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOURCES SOUGHT

58 -- Communication, Detection & Coherent Radiation Equipment

Notice Date
8/31/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017812Q3906
 
Response Due
10/19/2012
 
Archive Date
1/31/2013
 
Point of Contact
Karen Sorrell,
 
E-Mail Address
40-653-6810
 
Small Business Set-Aside
N/A
 
Description
I. General Information This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. FAR Part 35 restricts the use of Broad Agency Announcements (BAAs), such as this, to the acquisition of basic and applied research and that portion of advanced technology development not related to the development of a specific system or hardware procurement. Contracts made under BAAs are for scientific study and experimentation directed towards advancing the state of the art and increasing knowledge or understanding. A formal Request for Proposal (RFP)/Solicitation will not be issued. 1. AGENCY: Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Dahlgren, VA 2. RESEARCH OPPORTUNITY TITLE: Surface Navy Electronic Warfare Rapid Capability Insertion Program (RCIP) for Surface Navy Electronic Warfare Applied Research and Development 3. RESEARCH OPPORTUNITY NUMBER: N00178-12-Q-3906 4. ANNOUCEMENT TYPE: Broad Agency Announcement Initial Announcement 5. RESPONSE DATE: White Paper Proposals 19 October 2012 6. RELATED EFFORTS: 7. ANTICPATED AWARDS: Multiple awards are anticipated, but not guaranteed. The Government reserves the right to award one, several, or no awards in response to this BAA. Awards may be made without discussions. The Government also reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Portions of resulting awards may be segregated into pre-priced options. The Government reserves the right to fund proposals in phases with options for continued work at the end of one or more of the phases. This BAA should not be construed as a commitment or authorization to incur costs in anticipation of a contract. This announcement will remain open for approximately one (1) year from the date of publication or until replaced by a successor BAA. Offerors will only be considered that meet the closing date of 19 October 2012. 8. ELIGIBLE APPLICANTS: All responsible sources from industry and academia may submit proposals under this BAA. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation. Per FAR 35.017-1 (c)(4) Federally Funded Research & Development Centers (FFRDCs) are not eligible to bid on this BAA. However, per DFARS 235.017-1 (c)(4), DoD-sponsoring FFRDCs (C3I Laboratory operated by the Institute for Defense Analysis, Lincoln Laboratory operated by Massachusetts Institute of Technology, and Software Engineering Institute operated by Carnegie Mellon) may respond. Teams are also encouraged and may submit proposals in any and all areas. However, prior to award, the willingness to cooperate and exchange software, data and other information in an integrated program with other contractors, as well as with system integrators selected by NSWCDD will be addressed with the Offeror. Some portions of the proposed activity will require participants to have or obtain clearances at least to the SECRET level; however, all eligible applicants may submit offers in the remaining portions. 9. INDUSTRY DAY: NSWCDD will conduct an industry day briefing for potential Offerors. The purpose of the briefing is to provide Offerors with a better understanding of the program and topics of interest in FY13. Attendance at Industry Day is not required to maintain eligibility for submission of white papers or proposals. Briefing slides including questions and answers will be made available as an amendment to the BAA. Any questions that Offerors may have in regard to this BAA should be submitted in writing to karen.sorrell@navy.mil NLT (10 days from issuance) 14 September 2012; these questions will be addressed at the industry day conference. Please note that this Industry Day will be conducted at the unclassified level and, therefore no sensitive or classified questions will be allowed. An Industry Day will be held on 11 September 2012 at the University of Mary Washington, Dahlgren Campus at 4224 University Drive, King George, VA 22485 beginning at 0900. For directions, please see http://www.umw.edu/visitors/dahlgren-campus/. Persons that are interested in attending should e-mail Karen Sorrell at karen.sorrell@navy.mil NLT (3 working days prior) 06 September 2012. II. Research Opportunity Description Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Dahlgren, VA, invites white papers addressing Science and Technology (S&T) Projects which offer potential for advancement and improvement of Surface Navy Electronic Warfare (EW) capabilities via the application of state-of-the-art technologies. Specifically, NSWCDD is seeking Rapid Capability Insertion Program (RCIP) opportunities of relevance to the Naval Sea Systems Command, Integrated Warfare Systems Electronic Warfare (PEO IWS-2E) Office and the program under its cognizance. It is expected that the Technology Readiness Level (TRL) for major proposed efforts will be at or near TRL-6, as defined in the Department of Defense Technology Readiness Assessment Deskbook, dated July 2009. Relevant information demonstrating TRL-6 maturity should be included in the proposal. Further demonstration, validation, and test & evaluation events should be addressed in the proposal necessary to support TRL-7 within 12-18 months from the completion of the proposed effort; including detailed plans, schedule and costs for the complete task. Each year, NSWCDD solicits projects of interest to the Surface Navy Electronic Warfare Community. This Broad Agency Announcement (BAA) will consist of the solicitation of white papers for each topic of interest. Only those Offerors selected as a result of white paper evaluation will be invited to submit proposals. Unsolicited proposals will not be reviewed under this announcement. The FY 2013 topics of particular interest, in descending order of interest, are: 1) emitter pulse processing algorithms and/or new technology for detection, classification and countering of advanced threats; 2) algorithms and signal processing technologies to effectively manage onboard and off-board electro-magnetic interference (EMI) for electronic support (ES) antennas installed in shipboard environments; and 3) Human Computer Interface technologies for facilitating more efficient operation of ES and electronic attack (EA) systems such as integrated training tools, EW engagement coordination tools and decision aids for combined onboard and off-board EA, Net-centric warfare technologies and presentation methods to improve EW situational awareness, and improved display and communications. NSWCDD will not issue paper copies of this announcement. NSWCDD reserves the right to fund all, some portion, some or none of the proposals received under this BAA. NSWCDD provides 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 NSWCDD to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. Awards to Offerors of selected proposals will be in the form of contracts and will be issued for no more than a 24 month period of performance. Therefore, proposals submitted as a result of this announcement will fall under the purview of Federal Acquisition Regulations (FAR). Questions of a business nature should be submitted to: Ms. Karen Sorrell Contract Specialist Naval Surface Warfare Center, Dahlgren Division 17632 Dahlgren Road, Suite 157 Dahlgren, VA 22448 Email Address: karen.sorrell@navy.mil Questions of a security nature should be submitted to: Maria Hutt Clark Q Department Security Specialist Naval Surface Warfare Center, Dahlgren Division 6350 Photo Lane, Suite 214 Building 213, Floor 1, Room 1004 Dahlgren, VA 22448 Email Address: maria.h.clark@navy.mil Questions of a technical nature should be submitted to the Technical Point of Contact (TPOC), Dr. Victor Gehman, via the Contract Specialist identified above. CLASSIFIED questions shall be handled through the NSWCDD Security POC. Specifically, any entity wanting to ask a CLASSIFIED question shall send an email to the NSWCDD Security POC with a copy to both the Technical POC and the Business POC stating that the entity would like to ask a CLASSIFIED question. DO NOT EMAIL ANY CLASSIFIED QUESTIONS. The Security POC will contact the entity and arrange for the CLASSIFIED question to be asked through a secure method of communication. III. Application and Submission Information 1. SUBMISSION: All white papers submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and Department of Defense and Department of Navy regulations. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. All white papers received will be maintained for a period not to exceed 18 months and will be considered as candidate sources for research projects during that period. White papers and/or proposals submitted in response to this BAA will not be returned. Offerors may replace, update, or withdraw white paper submissions at any time. All white papers submitted for topics may be considered. White papers should be submitted as a MS Word file or in PDF, either as (1) an e-mail attachment to karen.sorrell@navy.mil or (2) on CD to: ATTN: KAREN SORRELL, RM 106 NAVAL SURFACE WARFARE CENTER DAHLGREN CONTRACT SPECIALIST 17632 DAHLGREN ROAD, SUITE 157 DAHLGREN, VA 22448-5110 Hard copy submissions are neither required nor desired. 2. WHITE PAPER FORMAT: White papers under this BAA are expected to be unclassified. However, confidential/classified proposals are permitted with prior notification. NSWCDD, Code CXS13-12 must be notified in writing 5 working days prior to submission of any classified proposals. Every classified proposal must be accompanied by an Unclassified Statement of Work (SOW). If a classified addendum is submitted, any resulting contract shall be unclassified. Alternatives to the format and content identified below may be appropriate depending on the scope and nature of the proposed effort. 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, and indicate that submission is in response to this BAA, number N00178-12-Q-3906. B. Technical Concept: A description of the technology innovation and technical risk areas. C. Operational Naval Concept (where applicable): A description of the project objectives, the concept of operation for the new capabilities to be delivered, and the expected operational performance improvements. D. Operational Utility Assessment Plan (where applicable): A plan for demonstrating and evaluating the operational effectiveness of the Offeror s proposed products or processes in field experiments and/or tests in a simulated environment. Unclassified Proposal Instructions: Unclassified proposals shall be submitted in accordance with instructions in this BAA. Classified Addendum Instructions: Classified addenda shall be submitted directly to the attention NAVAL SURFACE WARFARE CENTER DAHLGREN, ATTN: DOCUMENT CONTROL and marked in the following manner: OUTSIDE ENVELOPE (no classification marking): NAVAL SURFACE WARFARE CENTER DAHLGREN ATTN: DOCUMENT CONTROL 6146 TISDALE RD SUITE 237 DAHLGREN, VA 22448-5154 The inner wrapper of the classified White Paper and/or Full Proposal should be addressed to the attention of Dr. Victor H. Gehman, NSWCDD Code Q307 and marked in the following manner: INNER ENVELOPE (stamped with the overall classification of the material) NAVAL SURFACE WARFARE CENTER DAHLGREN ATTN: DR. VICTOR H. GEHMAN AND CODE Q307 6146 TISDALE RD SUITE 237 DAHLGREN, VA 22448-5154 3. EVALUATION: Award decisions will be based on a competitive selection of proposals resulting from a scientific and engineering peer review. Evaluations will be conducted using the following evaluation criteria. 1) Overall scientific and technical merits of the proposal; 2) Potential Surface Navy Electronic Warfare relevance and contributions to the coordination, integration and effectiveness of Surface Navy EW Systems to provide defense against advance threats, especially advanced anti-ship cruise and-or ballistic missiles; 3) The offeror s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; 4) The qualifications, capabilities and experience of the proposed Principal Investigator (PI), team leader and key personnel who are critical in achieving the proposal objects; and 5) The realism of the proposed costs and availability of funds.. Evaluation Panel - Technical and cost proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The NSWCDD Technical Department, with the support of other Government scientific experts, will perform the evaluation of technical proposals. One or more support contractors may be utilized as subject-matter-expert technical consultants and are listed below. Restrictive notices (e.g., proprietary, trade secret, etc.) notwithstanding, submission of a proposal in response to this BAA constitutes the Offeror s express permission to disclose the technical proposal to one or more of the listed entities for evaluation purposes. a. Alion Science and Technology Systems Engineering b. Technomics, Inc. - Systems Engineering and Cost Estimation c. EWater Solutions Test & Evaluation d. VT-Group Systems Engineering e. Johns Hopkins University Applied Physics Laboratory - Systems Engineering and Capability Gap Analysis f. Solutions Development Corporation Systems Engineering g. URS Federal Services - Systems Engineering IV. Full Proposals 1. FORMAT: Paper Size 8.5 x 11 inch paper Margins 1 inch Spacing single or double-spaced Font Times New Roman, 12 point Microsoft Word and Excel format, photos and illustration should be in either.jpg or.pdf format Copies Electronic (email) unclassified submissions should be sent to the attention of the Contract Specialist identified in Section III-1 of this BAA. VOLUME 1: TECHNICAL PROPOSAL A. Cover Page: This should include the words Technical Proposal and the following: i) BAA number; ii) Title of Proposal; iii) Identity of Prime Offeror and complete list of subcontractors, if applicable; iv) Technical contact (name, address, phone/fax, e-mail address) v) Administrative/business contact (name, address, phone/fax, e-mail address) and; vi) Duration of effort (differentiate basic effort and any proposed options) B. Table of Contents: This should address the contents of the proposal, generally by section. C. Statement of Work: A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award instrument. To this end, such proposals must include a severable self-standing SOW without any proprietary restrictions, which can be attached to the contract. When options are contemplated, the SOW must clearly identify separate optional tasks. Include a detailed listing of the technical tasks/subtasks organized by base and option period(s). D. Deliverables: A detailed description of the results and products to be delivered inclusive of the timeframe in which it will be delivered, including Technical and Financial Progress Reports. E. Project Schedule and Milestones: A summary of the schedule of events and milestones. F. Assertion of Data Rights and/or Rights in Computer Software: For a contract award an Offeror must provide with its proposal any assertions to restrict use, release or disclosure of data and/or computer software that will be provided in the course of contract performance. The rules governing these assertions are prescribed in Defense Acquisition Regulation Supplement (DFARS) clauses 252.227-7013, -7014, -7028 and -7017. These clauses may be accessed at the following web address: http://farsite.hill.af.mil/VFDFARA.HTM Failure to assert restrictions in accordance with these clauses and as prescribed in DFARS Part 227 shall mean that the Government shall have Unlimited Rights in all Technical Data and Computer Software included in the Offeror s proposal. G. 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 interfaces; and planning, scheduling and control practice. Identify personnel and subcontractors (if any) involved. Include a description of the facilities that are required for the proposed effort with a description of any Government Furnished Equipment/Hardware/Software/ Information required, by version and/or configuration. H. Personnel: The offeror shall provide resumes of proposed key personnel to be utilized by the contractor/subcontractor in the performance of this contract. The offeror shall ensure that the proposed personnel are fully capable of performing in an efficient, reliable, and professional manner. Upon review of resumes, if the Government questions the qualifications or competence of any person performing under this contract, the burden of proof to sustain that person s qualifications shall be upon the offeror. I. Past Performance: The offeror s past performance will consist of a description of the offeror s Government contracts (both prime and major subcontracts (those involving 25% or more of the effort)) received during the past three (3) years, which are similar in the effort being proposed. The offeror may describe any quality awards or certificates that indicate the offeror possesses a high quality process for providing desired research and development outcomes. J. Other Agencies: Include the name(s) of any other agencies to which the proposal has also been submitted. VOLUME 2: COST PROPOSAL 2. Offerors Shall: A. Provide these instructions to all lower tier Offerors (subcontractors). Proprietary data from lower tier Offerors may be submitted directly to the Government in accordance with instructions contained below. B. Submit the proposal, organized as discussed below. The cost proposal is not restricted in length and shall provide cost information for all performance periods. C. The Government will provide a spreadsheet for completion to Offerors invited to submit Full Proposals. 3. First Page: Provide the following information as the first page of the budget for the entire period of performance, including any options. A. Name, title, telephone and fax numbers and e-mail address of offeror s business and technical points of contact, B. Amount budgeted/proposed for basic effort and each option (Government and Offeror Share if applicable); C. Name, address and telephone number of the cognizant contract administration (DCMA) and Defense Contract Audit Agency (DCAA) offices, if known; D. Name, title, and signature of authorized representative; E. Date offer is submitted; and F. Broad Agency Announcement Number under which the proposal is submitted. 4. Total Cost Summary: This section should include all of the proposed costs of the project, including Government or Offeror cost sharing if applicable. Identify when the offeror s fiscal year begins and ends. Submit a cost element summary by major cost element for the basic period of performance and each option proposed using the format to be later provided by the Government. The detail required for each of the major cost elements is described below. Address all elements of cost applicable to the proposed effort and provide a narrative to support these costs. A. Direct Labor: Show each individual labor category or person proposed on a separate row. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the base period and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the rates of pay for fulltime and temporary or part-time workers and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on the direct rates proposed. For new or unfilled positions, a historical average, signed offer sheet, or description of the labor category sufficient to allow comparison to salary surveys should be provided. B. Indirect Cost Rates and/or Factors: Identify all indirect cost rates (such as, fringe benefits, labor overhead, material overhead, G&A, COM, etc.) and their applicable allocation bases. (Show base amount and rate.) If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates and provide historical actual indirect rates for the past three (3) years (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and the date of submission or actual rates used and the effective date, billing rates and the date of approval, etc.). C. Subcontractors and Interorganizational Transfers (IOTs): Obtain cost proposals from each subcontractor and IOT using the same cost breakout required to be later provided by the Government. Perform and provide evaluation results of cost/price analysis of subcontract and IOT proposals. Prime contractors are required to obtain competition to the maximum extent practicable when selecting subcontractors or IOTs. If the prime intends to award the subcontract /IOT effort on a sole-source basis, the prime should provide rationale for their decision. The subcontractors/IOTs can submit this Cost Summary information in a sealed envelope with the prime contractor s proposal or directly to the Government. If the subcontractor is not yet determined, the proposal must include a list of the tasks to be performed, an explanation of the method used to estimate the subcontract price, and the reason proposals/quotes cannot be requested/provided at this time. D. Consultants: Provide a list of anticipated consultants. Substantiate the need for and cost of proposed consultant services. The prime contractor should provide a breakdown of the consultant s hours, the hourly rate proposed, any other proposed consultant costs, a copy of the signed Consulting Agreement or other documentation supporting the proposed consultant cost, and a copy of the consultant s proposed statement of work if it is not already separately identified in the prime contractor s proposal. E. Travel, Materials, Equipment & Supplies, and Other Direct Costs (ODCs): Separately identify costs for travel, material, equipment, supplies and other direct costs required to perform the basic effort and each option. Travel - Provide a breakout of travel costs for base and each option including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. Materials, Equipment & Supplies - Provide an itemized list of all proposed materials, equipment, and supplies for the base and each option including quantities, unit prices, proposed vendors (if known),and the basis of estimate (e.g., quotes, prior purchases, catalog price lists, etc.). Other Direct Costs - Provide an itemized breakout and explanation of all other proposed ODCs by base and option period. F. Cost of Money (COM): Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. Submit a DD Form 1861 for each year. G. Profit/Fee (If applicable): This section specifies the profit or fee percentage proposed and the base to which the rate applies. Any usual contract performance risk factors should be identified. Profit or fee is not allowed on direct costs for facilities, or in cost-sharing contracts. V. Award Administration Information The Naval Surface Warfare Center, Dahlgren Division is strongly committed to providing meaningful subcontracting opportunities for small businesses, small disadvantaged businesses, woman-owned small businesses, HUB Zone small businesses, veteran-owned small business, service disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions through its awards. For proposed awards to be made as contracts (that exceed $650K) to other than small businesses, the Offeror is required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9. For proposed awards made as contracts to small businesses at any value or to other than Small Businesses that are less than $650K, the Offeror shall provide a statement which demonstrates how they intend to provide meaningful subcontracting opportunities to support this policy. The following information applies: A.North American Industry Classification System (NAICS) code The NAICS code for this announcement is 541712 with a small business size standard of 500 employees . B. Central Contractor Registration: All Offerors submitting proposals or applications must: (i) be registered in the Central Contractor Registration (CCR) prior to submission; (ii) maintain an active CCR registration with current information at all times during which it has an active Federal award or an application under consideration by any agency; and (iii) provide its DUNS number in each application or proposal it submits to the agency. C.Approved Accounting System: In order to be eligible for a Cost Reimbursable type contract Offerors must have a DCAA approved accounting system. D.Subcontracting Plans: Successful contract proposals that exceed $650,000 shall be submitted by all but small business concerns. Subcontracting Plans will be required prior to award in accordance with FAR 52.219-9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q3906/listing.html)
 
Record
SN02864849-W 20120902/120901000331-588856213f1b909512ff1e950e3d6f3f (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 |
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.