Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1995 PSA#1496

Department of the Navy, Naval Surface Warfare Center, Carderock Division, Bethesda, MD 20084-5000

A -- SMART SHIP BROAD AGENCY ANNOUNCEMENT (BAA) SOL N00167-96-BAA-0018 DUE 013196 POC Arlene Lapidus (301)227-3605/Faith L. Ferris (301)227-3603. The Navy plans to set up a single ship to serve as a proof of concept platform for demonstrations using innovative technology aimed at reducing manning requirements and life cycle costs. The SMART SHIP Project goal is to install and maintain (through the demonstration period) innovative projects onboard a USN Commissioned Surface Ship and demonstrate the resulting reductions in manpower and benefits associated with life cycle costs. Any identified shipboard manpower reductions would not be assumed until the concepts are proven and all policies and procedures are followed. The anticipated platform for this project is the USS YORKTOWN, Ticonderoga class cruiser (AEGIS), which is a large surface combatant with approximately 370 personnel. However, the technology and applications should be focused on the full range of surface ships that the Navy employs. The Navy is soliciting abstracts from all areas of industry (including traditionally non-defense contractors) and academia to accomplish this goal. This project is interested in getting the most innovative and creative of ideas that will benefit the Navy. We are looking for both short term projects that can be demonstrated within a matter of months as well as longer term projects that have significant saving benefits. The Navy is committed to working ''outside of the box'' on this project and will accept any and all ideas for evaluation. We are seeking ideas in ALL areas that may be a candidate for reducing manpower requirements onboard surface ships as long as they will not have an adverse impact on readiness or create additional manpower demands on other requirements such as operation, training, logistics supportability, maintainability and reliability. The output expected under this program is the demonstration of capabilities onboard a surface ship that proves the manpower and life cycle costs savings associated with the capability. Examples of particular manpower intensive workload categories are listed on a file server which can be accessed at the following World-Wide Web address (http://www.dt.navy.mil/smartship/) and constitutes the information package. Currently, thereis no funding identified for this program. However, funding will be sought for all projects that are found to be advantageous to the Navy. In addition to traditional contracting methods, all types of acquisition and non-acquisition methods may be utilized, including, cooperative agreements and other transactions. A cooperative agreement is a non-acquisition collaborative effort between the government and industry. Other transactions are generally used when other forms of procurement are not feasible. Abstracts for initial selections may be submitted until 31 Jan 1996. Initial selections will be made of those proposals which appear to offer quick field demonstration possibilities. Additional submissions are requested for more long-term evaluation but must be submitted not later than 31 DEC 1996. ABSTRACTS may address more than one area but each area's abstract must stand alone. Each abstract shall include a ONE-PAGE SYNOPSIS containing: 1) Title of offer, 2) Offeror (name/address/point of contact/phone/fax/internet address), 3) category of workload (from information package), 4) projection of workload reduction in man-hours per month and associated life cycle cost impact, 5) impact on human and system performance and/or ship's readiness, 6) projection of demonstration and/or availability for installation onboard a naval ship in calendar days, 7) brief narrative description including expected deliverables, product goals, etc. and 8) proposal costs and schedule. Each abstract will also include Up TO 10 PAGES OF ADDITIONAL INFORMATION to include: 1) Expanded description (text and diagrams/photos), workload reduction requirements, and projected workload reduction with impact on system and human performance, 2) evidence of proven technology, 3) evidence of proven land based and/or marine applications, 4) technical approach including risk mitigation, 5) timeline availability and flexibility of product for shipboard installation and demonstration, government requirements for accomplishing same, shipboard operator and maintainer training requirements, logistics (parts, tech manuals, etc.) requirements, 6) planned schedule/milestone/deliverables, 7) proposal costs breakdown and products life cycle cost breakdown, 8) experience of key personnel and submitting organization, related experience, capability of facilities, etc. ABSTRACT FORMAT shall be: 8.5 by 11 inch paper, single/spaced, type size no smaler than 10 point (including type in graphics and charts), and printed on one side with sequentially numbered pages. An original and three copies of the abstract must be submitted as well as a copy of the abstract stored in Microsoft Word 6.0 on a 3 1/2 inch DOS formatted floppy disk. ALL OFFERORS ARE ENCOURAGED TO SUBMIT THEIR ABSTRACTS AS SOON AS POSSIBLE TO FACILITATE EARLY INSTALLATION OF PROJECTS ABOARD A USN COMMISSIONED SURFACE SHIP. Projects could be installed as early as March 1996. Consideration in one area of interest will not preclude consideration in other areas of interest. POINT OF CONTACT: Unclassified abstracts shall be submitted to NSWCCD, Code 3323, Arlene Lapidus, Bethesda, MD 20084-5000. Classified abstracts shall be sent to NSWCCD, Classified Mail and Records, Code 3432, Bethesda, MD 20084-5000. QUESTIONS of 50 words or less are limited to clarification of the BAA announcement and can be forwarded through an internet server. Interested parties can access this server at the following World-Wide Web address (http:// www.dt.navy.mil/smartship/). Offeror's questions shall indicate their company name, address, telephone number, point-of-contact and if available fax number and e-mail address. Technical responses to applicable questions will be posted on the internet server within two working days and therefore be available to all potential offerors. Posted questions will remain anonymous and protect the proprietary ideas of the offeror. Offerors without internet capability may fax their clarification questions or requests for information packages to NSWCCD, Building 121, Room 126, POC Arlene R. Lapidus, fax number 301-227-3638. A limited number of hard copies will be available on a first come, first served basis for fax requests or pick-up at the above address. FULL PROPOSALS: SUBMITTERS OF ABSTRACTS FOUND TO HAVE SIGNIFICANT TECHNICAL MERIT IN ACCORDANCE WITH THE TECHNICAL EVALUATION CRITERIA MAY BE INVITED TO SUBMIT FULL TECHNICAL AND COST PROPOSALS. NSWCCD will respond in writing indicating whether a full proposal is requested and the date due. Format of full proposals will be provided at that time. Such invitation does not assure that the submitting organization will be awarded a subsequent contract, cooperative agreement or other transaction. EVALUATION CRITERIA: Abstracts and Proposals will be evaluated for technical merit. Technical merit includes: l) potential for redued workload with system and human performance impacts, 2) evidence of proven technology, 3) evidence of proven land based or marine applications, 4) Technical Approach including risk mitigation, 5) timeline availability & flexibility for shipboard demonstration, 6) Planned milestones and deliverables, 7) assessment of impacts to life-cycle costs, 8) experience of Key Personnel and Submitting Organization, related experience, capability of facilities, etc. Abstracts and Proposals will also be evaluated for cost, terms, and qualifications of the Offeror. Cost will be evaluated for realism and reasonableness in conjunction with technical merit, but is ranked lower than technical merit in importance. The selection of one or more sources for invitation to submit a proposal and eventual contract award shall be based on their technical merit, funds availability, and their potential to increase the capabilities of the Navy. GENERAL INFORMATION ON THE BAA. This notice itself constitutes the BAA as contemplated by FAR 6.102(d)(2). There shall be no formal RFP. The Government reserves the right to select for award, any, part of, all, or none of the eventual proposals received. The Navy expects to make multiple contract awards. This BAA is an expression of interest only and does not commit the Government to pay any abstract or proposal costs related to this announcement. Offerors are advised that only the Contracting Officer is legally authorized to commit the Government to the obligation of funds. (0354)

Loren Data Corp. http://www.ld.com (SYN# 0001 19951221\A-0001.SOL)


A - Research and Development Index Page