SOLICITATION NOTICE
A -- Attack/Utility Replacement Aircraft (AURA) Broad Agency Announcement (BAA) for Model Based Systems Engineering (MBSE)
- Notice Date
- 6/23/2020 2:49:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-PMA-276-B001
- Response Due
- 7/22/2020 12:00:00 PM
- Archive Date
- 08/06/2020
- Point of Contact
- Jeanette A Moronta, Phone: 301-995-2821, Jeanette A Moronta, Phone: 301-995-2821
- E-Mail Address
-
jeanette.moronta@navy.mil, jeanette.moronta@navy.mil
(jeanette.moronta@navy.mil, jeanette.moronta@navy.mil)
- Description
- 1. �Introduction. This Broad Agency Announcement (BAA) is to support future projects under the Navy/Marine Corps Future Vertical Lift (FVL) Family of Systems, as well as further advance the work ongoing under Naval Air Systems Command�s (NAVAIR) Systems Engineering Transformation Initiative in order to refine the Government�s use of MBSE practices and sustainment initiatives like Condition Based Maintenance Plus (CBM+).� Within the Family of Systems, the Marine Corps� Attack Utility Replacement Aircraft (AURA) is a new development program that will look to enhance Fleet capability through the introduction of advanced technologies unparalleled in the current rotary wing air vehicle inventory.� This BAA will also further inform parallel efforts within the early stages of the Navy and United States Marine Corps� (USMC) FVL platforms.� The Government also plans to form, outside of this BAA effort, an Interface Control Working Group (ICWG), allowing the larger industry base to participate in and facilitate an understanding of how the AURA program plans to implement the MBSE/IDE initiatives in the program.� This ICWG will be run in parallel with and be complimentary to this BAA effort.� Interested participants should expect to see additional information on the ICWG published in System for Award Management (SAM) later in FY20. 2. �BAA Respondent Instructions. For access to the complete BAA contact LCDR Chris Lebel,�Contract�Specialist, or Jeanette Moronta, PCO, via email at christopher.m.lebel@navy.mil or jeanette.moronta@navy.mil. Provide a statement requesting the Full BAA, along with: A) Company Name and address, B) Name, title, telephone number, fax number, and e-mail address of point of contact, C) CAGE Code and DUNS Number (if applicable), and D) Business type. 3. �Proprietary information included in responses should be clearly marked.� No classified documents shall be included in your response. �Be advised all information submitted in response to the BAA becomes the property of the US Government (except properly marked proprietary information) and will not be returned. Multiple responses from different technology areas within a single respondent's organization will be acceptable. US Government support contractors will assist in the review of any data provided by respondents to this BAA. �A non-disclosure agreement (NDA) has been signed by the support contractors with the U.S. Government that precludes them from disclosing any data outside of the U.S. Government. �Accordingly, respondents are asked to provide concurrence in their submissions that the data submitted may be reviewed by U.S. Government Support Contractors. �U.S. Government and Support Contractor personnel will handle all information as procurement sensitive information subject to the protections, restrictions and requirements set forth in FAR 3.104. The application process under this BAA consists of a White Paper (WP), the content of which is identified in the italicized paragraphs found in each appropriate subsection of the BAA, and sample MBSE model submission stage, followed with a �by invitation� proposal stage.� The purpose of this two-step approach is to facilitate pre-screening by the U.S. Government.� The Government�s decision to invite a proposal will be based upon the WP evaluation results of a timely and compliant WP submission, the criteria for which is established in Section 6.1 of the BAA.� Only the most highly rated WPs will receive an invitation from the Government to submit a proposal.� An applicant that does NOT receive an invitation from the Government to submit a proposal is NOT eligible to submit a proposal. The due date for WPs is no later than 3:00 PM (EST) on 22 day, July 2020.� WPs shall be submitted as an Adobe PDF or Word file via DOD Safe at https://safe.apps.mil/.� Contact LCDR at the below email address for a DOD Safe passcode. Any questions on this BAA must be directed to LCDR Chris Lebel or Jeanette Moronta, Procurement Contracting Officer (PCO), via email at christopher.m.lebel@navy.mil or jeanette.moronta@navy.mil or to the address below, no later than 15 days after the BAA announcement. �No questions will be accepted telephonically nor will any responses to questions be provided telephonically. �Questions and answers will be posted as an amendment to this announcement within 15 days of submission. In addition, please send an electronic copy of responses to: james.baden@navy.mil� matthew.haney@navy.mil grace.cummings@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f059ef72dfcb4306ab96e1ca7694c163/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN05699772-F 20200625/200623230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |