|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1996 PSA#1525Federal Aviation Administration, 800 Independence Avenue, S.W.,
Washington, D.C. 20591 A -- BROAD AGENCY ANNOUNCEMEENT FOR FEDERAL AVIATION ADMINISTRATION
AIRPORT SURVEILLANCE SENSORS SOL BAA-96-001 DUE 093096 POC TECHNICAL:
Lewis Buckler, AND-410, (202)267-5996 (FAX), lbuckler@mail.hq.faa.gov
(Internet); CONTRACTS: Barbara Doherty, ASU-320, (202)267-7801 The
Federal Aviationa Administration (FAA) is interested in receiving
technical and cost proposals for scientific research related to airport
surveillance radars. The stdies should promote aviation safety and the
more efficient use of terminal airspace. Examples of safety and
capacity issues are: (1) detection and position of such hazards as
thunderstorms, hail, wind shear, microbursts, wake vortices, flocks of
birds; (2) position of airbourne aircraft; (3) velocity and direction
of winds aloft; and (4) prediction of (a) winds around airports, and
(b) position and severity of microbursts. The aforementioned are
examples only. The FAA is not requesting proposals specifically related
to these topics. Scientific research includes trade studies, proof of
concept efforts, and data collection and analysis. Prior to development
of a formal proposal, each offeror shall submit one copy of a not to
exceed three (3) page technical summary white paper for review to see
if the subject effort is of interest to the agency. The technical
summaries shall briefly address the major thrust of the effort, the
importance to the FAA, and the technical merit. If the subject is of
interest to the agency, the offeror will be requested to submit an
original plus four (4) copies of the technical proposal and an original
plus two (2) copies of the cost proposal. The technical proposal should
be separate from the cost proposal and should not exceed thirty (30) 8
1/2 x 11 inch single-spaced typed pages and should address the major
thrust of the effort, the six (6) evaluation factors below, and the
proposed deliverables and delivery schedule. Desirable deliverables are
short monthly technical and management progress reports, presentation
materials (as required), and preliminary and final technical report (15
copies each). Desirable reviews and meetings: post award conference,
draft final report review, and informal in-progress reviews. All
technical proposals must include a discussion of the nature and scope
of the effort, the method or technical approach, and the expected
results of each effort. In addition, the proposal must demonstrate how
the proposed effort will promote aviation saftey and/or more efficient
use of the airspace. The offeror must identify restricted rights to any
parts of the offer, if any, including computer software, and mark all
pages containing proprietary or restricted use data. Information must
be included on prior work/experience in the field of surveillance
radars, the available facilities, and resources, including resumes of
key people participating in the proposed research effort. Each proposal
shall be valid for six (6) months from the date it is submitted to the
FAA. Propodals must provide a realistically acheivable program
approach for completing the proposed research in order to qualify for
consideration for award. Proposals submitted must be responsive to this
announcement, and proposals shall reference the BAA Number identified
above. All proposals will be acknowledged and reviewed. The technical
summaries and subsequent proposals shall be mailed to the Federal
Aviation Administration, ATTN: James Rogers, AND-410, 800 Independence
Avenue, S.W., Washington, DC 20591. No additional formal request for
proposals or other solicitaitons regarding this effort will be issued.
The accompanying cost proposal(s)/price breakdown shall be supplied on
a SF 1411 Form, together with a supporting detailed cost breakdown.
Copies of the SF 1411 Form may be obtained from the Contracting
Officer, Barbara Doherty. Selection for contract award will be based on
the following evaluation criteria and the reasonableness and realism of
the proposed cost. The technical criteria for selecting offerors for
negotiation under this announcement in descending order of importance,
are: (1) Importance to the Agency Missions. How important is the
research in promoting the safe and efficient use of the airspace
surrounding airports? Included is the degree to which the research can
be used to improve surveillance sensors. (2) Technical Merit. How much
will the techical concepts, approaches, and experimentation contribute
to the advancement of the state-of-the-art in FAA surveillance radars?
Included are the merit of the ideas, technical promise, and approaches.
(3) Corporate and Key Personnel Experience. How experienced are the
offeror and the key personnel in conducting related sensor and signal
processing algorithm development? The competence and availability of
experienced engineering, scientific, managerial, and other technical
personnel will be rated. (4) Technical/Cost Risk. The degree of
technical and/or cost risk associated with the proposed effort will be
rated. The extent to which the planned approach defines a schedule and
deliverables in a realistic manner with appropriate milestones,
phasing, and resources will be considered. 95) Equipment and
Facilities. What is the availability and quality of the necessary
contractor-provided equipment and facilities? No GFE will be provided.
(6) Level of Subcontracting. The extent and nature of any
subcontracting required will be rated. Subcontracting is discouraged.
(7) Cost Realism. For evaluation purposes, the technical evaluation
criteria are condiered significantly more important than cost. As a
result, though cost realism will be evaluated, it will not be weighted.
Proposals will be evaluated by a peer or scientific review process
using the above evaluation factors. Some of the evaluators will be
non-Government employees. All evaluators have signed appropriate
nondisclosure agreements and organizational conflict of interest
statements. The Government may award a contract without further
discussions. The Government reserves the right to select for award any,
all, a part thereof, or none of the proposals received in response to
this announcement. The overall ability of the agency to fund any
proposed effort is subject to funds availability. Offerors are
encouraged to contact the Contracting Officer, Barbara Doherty, to
obtain clarification of contractual issues and cost proposal format or
pricing information. Contract Data. (a) The type of contract
anticipated: cost sharing or cost plus fixed fee completion. The
GOvernment expects to award multiple contracts to obtain the maximum
number of ideas from the public and does not expect to award any one
contract for more than $500,000. Offerors are encouraged to contact:
Lewis Buckler (see above) concerning their plans to respond to this
announcement. The BAA is open and effective until September 30, 1996
(the not to exceed three 93) page technical summary is due by this
date) or until canceled or withdrawn. Offerors are cautioned that only
contracting officers may contractually commit the Government, and any
such commitment must be received in written form. No oral explanation
or clarification obtained from any individual, including the
Contracting Officer and Technical Officer, can change the provisions of
this BAA. (0033) Loren Data Corp. http://www.ld.com (SYN# 0009 19960205\A-0009.SOL)
A - Research and Development Index Page
|
|