|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605Crane Division, Naval Surface Warfare Center, Code 1164EF, Crane, IN
47522-5011 A -- RESEARCH AND DEVELOPMENT SOL N00164-96-R-0083 DUE 070896 POC
Contact - Ms. Terry Davis, Code 1164EJ, 812-854-3704/telefax
812-854-3465, Mr. J.D. Martin, Contracting Officer This action is the
solicitation which follows the synopsis that was originally published
on 22 April 96. Award will be made in accordance with DFARS Subpart
235.70, Research and Development Streamlined Contracting Procedures.
All of the mandatory terms, clauses, and provisions, and certain
asterisked terms, clauses, and provisions in DFARS 235.7006 are
incorporated by reference. The asterisked terms, clauses and provisions
that apply are D1, E5, H1, H4, H5, I42, I50, I51, I52, I69, I87, I88,
I89, I94, I107, I132, I133, I136, I140, and I167. The clauses and
provisions are those in effect through FAC 90-37 and DAC 91-9. The
standard evaluation factors have been modified but all evaluation
factors are clearly stated in section ''M''. Data requirements are not
being mandated by the Government at this time because this will be
largely dependent on the offeror's selected technical approach and
technology for accomplishing the research effort described below. The
contract type being contemplated is cost-plus-fixed-fee. The estimated
period of performance is 24 months. Technical and cost proposals shall
be submitted to Bid Room Depository, Contracting Officer (Code 1164,
Bldg. 64), NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522- 5011 on
or before 2:00 PM EST on 08 July 1996. Offerors shall submit a minimum
of one copy of the cost proposal and four copies of the technical
proposal. The technical proposal shall be limited to 25 pages on
technical approach, 15 pages on past performance, a maximum of 6
resumes for ''key'' personnel and 5 pages describing facilities. All
references to pages above means 8.5'' by 11'' pages. Any technical
proposal pages submitted which exceed the page limitations set forth
above will not be read or evaluated. Proposal pages failing to meet
this format will not be read or evaluated. No program cost data or
cross-reference to the cost proposal will be included in any other
volume. Drawings and sketches may be provided as exhibits or
attachments to a given section as an addition to the allowable number
of pages. All proposals must be complete and respond directly to the
requirements of the solicitation. The factors and subfactors listed
herein shall be addressed. Cost and supporting data shall be included
only in the cost volume. All other information shall be included in the
technical volume. It is requested that offerors include the costs
associated with each proposed task and the costs that they are
proposing to expend each performance year. Multiple awards may be made
but the Government reserves the right to make a single award. The
contracting officer on this procurement is Mr. J.D. Martin,
NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5011. The telephone
number is (812)854-3723. Proposed Research. Proposals are being
solicited in the areas of feasibility studies and technical data with
regard to automated battery charger/analyzers. Proposed research should
investigate innovative approaches that lead to or enable revolutionary
advances in the state-of-the-art. These innovative approaches should
utilize Commercial Off-The-Shelf (COTS) equipment to the fullest extent
practicable. Additional evaluation preferences will be given to those
offers that propose to demonstrate new concepts through the use of a
demonstration vehicle such as systems prototypes for proof-of-concept.
The objective of this program is to impact the time required, cost and
performance of battery maintenance through the timely insertion of
state-of-the-art battery charger/analyzers. This will be addressed by
assimilating data and information concerning state-of-the-art
components such as (but not limited to) computer(s), power supplies,
electronic loads, and equipment/software products configured to
charge/discharge a wide variety of battery types. By soliciting the
expertise of manufacturers/vendors in each component field, additional
phases of this program will take advantage of feedback from and
teaming with component suppliers and integrators to obtain maximum
leverage of the domestic industrial infrastructure. Common military and
commercial specifications are essential to this goal. The unit will be
used in all Navy environments; therefore, attention should be given to
structure and environmental resistance of the equipment. The analyzer
must also be able to run diagnostics on different chemistry primary
batteries and provide a ''capacity-remaining'' status. Primary battery
diagnostics must not vent or degrade the performance of the batteries
diagnosed by the system. The cost of developing a support
infrastructure for the charger/analyzer will be minimized by leveraging
commercial off-the-shelf components to the fullest extent practicable.
The result will be a capability to cost- effectively field the most
advanced technology available with very low risk and to incrementally
upgrade that technology throughout the life of the system. Within the
context of this program, a charger/analyzer is a unit capable of
charging/discharging two or more batteries (different chemistry) of
different ampere-hour ratings, running completely different
charge/discharge regimes (voltage and current) concurrently. This unit
would eliminate operator error of improper charge/discharge settings,
excessive or shortened maintenance cycles, and overall indecision of
proper battery maintenance. The charger/analyzer will be capable of
programming and interfacing all present known functions of operator
controlled charger/analyzers and identify parameters by either reading
a bar code placed on the battery or by any other appropriate means.
State-of-the-art attention must be given, maximizing COTS components,
to the computer, component integration, safety, data acquisition,
logistics acquisition of battery data and data storage, control
hardware, charging sources, electronic loads, bar code reader, software
(test equipment and multimedia training), and system integration
components or other components as determined appropriate. The immediate
interests are those technologies and infrastructure components
necessary to establish viable manufacturers/vendors to provide the
expertise for developing this charger/analyzer. Collaborative efforts,
consortia, and teaming are encouraged where appropriate. Proposals are
solicited in the following general areas 1) test control computer
capable of interfacing, collecting and storing data, and generally
supporting the system; 2) power supplies and electronic loads capable
of minimum voltage range of 0.0 to 60 volts and minimum current range
of 0.0 to 50 amperes; 3) bar code reader utilizing standard coding,
capable of interfacing to database and all applicable interfacing; and
4) video information system and software providing state-of-the-art
training to the systems operating technician. Individual proposals
should express a consolidated effort in support of one or more of the
general areas described above. Disjoint efforts should be submitted as
separate proposals. Evaluation for Award. In addition to the standard
evaluation factors listed in DFARS 235.7006, provision M2, the
Government will evaluate all offerors' past performance on similar and
related efforts in order to make award on greatest value to the
Government (0149) Loren Data Corp. http://www.ld.com (SYN# 0001 19960529\A-0001.SOL)
A - Research and Development Index Page
|
|