|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1995 PSA#1325DIRECTORATE OF CONTRACTING, USAAPGSA, RYAN BLDG, APG MD 21005-5001 A -- SPECIAL OPERATIONS FORCES BROAD AGENCY ANNOUNCEMENT SOL
DAAD05-95-T-3212 DUE 061495 POC Contract Specialist David Hart (410)
278-2317 or Shonn Moore (410) 278-7909 (Site Code DAAD05) The
Directorate of Contracting (DOC), Aberdeen Proving Ground (APG) is
soliciting proposals for innovative research and development projects.
The following mission areas included under these programs are as
follows: Weapons of Mass Destruction (WMD) Detection, Classification,
Neutralization, and Protection Systems including the ability to rapidly
detect, precisely locate, and accurately classify fixed and mobile WMD
(including chemical/biological) from a stand-off distance;
Lightweight, Low Volume Survival, Sustainment and Personal Equipment
providing enhanced performance, sustainment, and protection of SOF
personnel; Lightweight, Low Volume Power Supply, Storage and Generation
Technologies that provide improvements in power density,
transportability, recharge, disposability, commonality and reduced size
and weight; High-Speed, Low-Detectable, All Weather SOF Mobility
Platforms including reduced probability of detection improved
survivability, enhanced lethality, maneuverability, speed, and range;
Improved Communications (C4) Systems including lower weight, LPI/LPD,
lower power consumption, improved transmission rates, processor
throughput, and multi-band operations; Passive Shallow
Water/Terrestrial Mine, Explosive and Booby-Trap Detection and
Neutralization Equipment and Systems that will enable passive,
accurate, tactical detection and classification of surf zone, shallow
water, and terrestrial mines, explosives and booby-traps; Target
Locating, Tracking, and Marking Technologies that provide SOF an
improved passive or semi-active method to mark both fixed and mobile
targets for identification, tracking, targeting, and precision
munitions guidance; Future Force Application Weapons and Munitions, and
Enhanced Explosive Charges and Munitions including improved
responsiveness, stand-off, accuracy, reliability, and target effects
such as tunable response and limited effects; Advanced Vision Devices,
Sensors, Fire Controls for SOF Weapons, and Human Sensory Enhancement
Equipment that enable the individual SOF operator, driver, pilot or
crew member to significantly improve their ability to detect threats
and avoid obstacles in both favorable and inclement weather and
environmental conditions; Information Warfare (IW) and Command and
Control Warfare (C2w) technologies that provide advanced capabilities
for deception, electronic warfare (EW), Psychological Operations
(PSYOP) and speech technologies; and Advanced Learning, Training, and
Mission Planning/Rehearsal Systems. DOC is the procuring office for the
Office of Special Technology located at Fort Washington, Maryland who
is the program office sponsoring the various mission areas. The intent
of this BAA is to support the United States Special Operations Command
(USSOCOM) Fiscal Year 1997 project selection process for Special
Operations Special Technology (SOST) and Special Operations Technology
Development (SOTD) programs. The information in this announcement, in
conjunction with the information in the BAA package, constitutes a
solicitation of proposals from those offerors capable of satisfying the
Government's needs. No other information will be provided. The
Government encourages non-profit organizations, educational
institutions, small businesses, small disadvantaged business concerns,
and HBCU/MI's to submit research proposals for consideration. The BAA
selection process shall be conducted in three phases. The first phase
submission shall be a vugraph chart and 5 minute maximum length video
tape (Optional). The Phase I submittal is due no later than 14 June
1995. The second phase includes those offerors selected for continued
evaluation to submit a 10 page maximum length white paper describing
further the selected mission area with the technical solution. The
third and last phase will be a full proposal requested only from those
solutions with high probability of contract award. Potential offerors
are encouraged to request the BAA package as soon as possible to
ensure compliance with the first phase deadline of 14 June 1995..
Potential offerors must obtain the BAA package itself,
DAAD05-95-T-3114, which describes the process for proposal
submission/evaluation which includes: general information, submission
process, evaluation process, and proposal format. This BAA is available
upon written or facsimile request to Mr. David Hart or Mr. Shonn Moore.
The request shall include company name, mailing address and BAA number.
The facsimile telephone number is (410) 278-7416. Proposals not meeting
the format described in the BAA may not be reviewed. (0102) Loren Data Corp. http://www.ld.com (SYN# 0002 19950413\A-0002.SOL)
A - Research and Development Index Page
|
|