|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1996 PSA#1595COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City,
FL 32407-7001 A -- SURF ZONE TECHNOLOGY MINE AND OBSTACLE CLEARNACE SOL
N61331-96-R-0024 DUE 070996 POC Mary Kitchen, Contract Specialist,
(904)235-5389 Carol A. Dreger, Contracting Officer, (904)234-4863. The
solicitation due date is extended from 4 Jun 96, to 09 Jul 96. An
information paper is available to anyone who is interested in this BAA
announcement. For a copy, please contact Mary Kitchen, telephone AC
(904) 235-5389 or fax your request to AC (904)234-4251. The Naval
Surface Warfare Center, Dahlgren Division, Coastal Systems Station
(COASTSA) Panama City, Florida is seeking proposals for research and
development to support the Office of Naval Research Science and
Technology Program, Surf Zone Technology Mine and Obstacle Clearance.
As many as three promising concept proposals may be funded. Innovative
mechanisms are sought which will potentially mature to demonstrate and
develop capabilities for the following subject areas of interest
including but not limited to: (1) In stride clearance, probably by
energetic means (explosive, pulse power, burial), (2) Marking of lanes
or obstacles by unique methods; that is, other than Global Positioning
System (GPS) and channel markers (3) Clearance capability organic to
Amphibious Landing Craft (LCAC), Advance Assault Amphibious Vehicles
(AAAV), Assault Amphibious Vehicles (AAV), (4) Concept that can
accomplish a combination of items (1) through (3) above. Proposed work
should be structured to have a base period of performance of 12
months, but may include multiple year phased options that extend beyond
the initial period. Studies, if proposed, should include an evaluation
of current or emerging technologies that would provide significant
advancement in surf zone mine and obstacle clearance capability and
development approaches suitable for demonstration. Multiple
(approximately 3) cost plus fixed fee type contracts, which are not to
exceed $100,000.00 each for the first year, are expected to be awarded
as a result of this BAA. Initial Contractor selections can be expected
during the fourth quarter of fiscal year (FY) 1996, or FY 1997.
Offerors interested in multiple subject areas must submit a separate
proposal for each area. Offerors with multiple approaches to a single
area may submit proposal for each approach to that area. However, a
proposal that covers more than one area or more than a single approach
to an area will be considered only in subject area 4. No award can be
made without a proposal to perform a specific effort within an
estimated time and cost framework. Full proposals shall consist of an
original and two copies of two volumes: Volume I for the technical
proposal and management approach and Volume II for cost. Proposal shall
be submitted in the following format: 8.5 x 11 inch, single or double
spaced, in at least ten point type, margins not less than one inch,
single-sided printing, and pages numbered. Each proposal shall address
only one subject area and one approach to that area. Offerors must be
able to certify that they have a SECRET facility clearance. Volume I
is limited to 15 single-sided pages (a Volume I in excess of 15 pages
will be deemed non-responsive). Total allowed page count includes
figures. Each foldout, if used, shall be counted as one page. Volume I
shall include the following sections, each starting on a new page: (1)
A single cover page, including title, BAA number, technical and
administrative points of contact with telephone and facsimile numbers
and Internet address; (2) A single page summarizing: a) the innovative
claims for the proposed research including, if applicable, an
assessment of potential dual use or commercial applications; b) any
proprietary claims to results, prototypes, or systems supporting or
necessasry for the use of research, results, or a prototype. If there
are not proprietary claims, this section shall consist of a statement
to that effect; (3) A Statement of Work, approximately three pages in
length, clearly detailing the scope and objectives of the effort.
Optional work shall be clearly distinguishable for the baseline effort.
If any portion of the research is predicated upon the use of Government
owned resources of any type, the offeror shall clearly identify the
resources required, the date the resource is required, the duration of
the requirement, the source from which the resource may be acquired
(if known), and the impact on the research if the resource is not
provided; (4) A one page summary description of the results and
products expected from the effort; (5) A one page summary of the
schedule and milestones, including brief discussions of
project/function/subcontractor relationships, technology transition
plans, and Government research interfaces. (6) A discussion,
approximately two pages in length, describing previous accomplishments
and work in this or closely related areas, and the qualifications of
the principle investigator(s). Cost Proposal (no page limitiation) -
Volume I of the proposal shall include a one-page cost and fee summary
for the effort (inclusive of any proposed options). Costs shall be
supported with breakdowns by task, labor hours by labor catagory,
materials and purchase history, travel, computer and other direct and
indirect costs. An explanation of any estimating factors, including
their deriviation and application, shall be provided. Details of any
cost sharing to be undertaken by the offeror should be included in the
cost proposal. Evaluation of proposals will be based on the following
criteria, in order of importance: (1) the potential significance to
surf zone mine and obstacle clearance (2) the innovative aspects of the
proposed effort, including the potential for dual use and commercial
applications. (3) the qualifications, capabilities, and experience of
the proposed principal investigator(s) who are key to project success.
(4) defensibility of estimated costs. All responsive sources may
submit a proposal which will be considered by NSWCDD COASTSYSTA.
Historically Black Colleges and Universities (HBCU) and Minority
Institutions (MI) are encouraged to submit proposals or join others in
submitting proposals, however no portion of this BAA will be set aside
for HBCU and MI participation due to the impracticality of reserving
discrete or severable areas of surf zone mine and obstacle clearance
for exclusive competition among these entities. This announcement
constitutes a Broad Agency Announcment (BAA) as contemplated in FAR
6.102(d)(2)(I). The Government reserves the right to select for award
all, some, or none of the proposals received in response to this
announcement. Questions regarding this announcement should be directed
to the Contract Specialist identified herein. Interested parties are
invited to respond to this synopsis. All responsible parties will be
considered. All unclassified proposals should be sent to Coastal
Systems Station, Dahlgren Divsion, NSWC, 6703 W. Highway 98, Panama
City, FL 32407-7001, ATTN: Code SC12, M. Kitchen. (0134) Loren Data Corp. http://www.ld.com (SYN# 0001 19960514\A-0001.SOL)
A - Research and Development Index Page
|
|