Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1995 PSA#1325

DIRECTORATE 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