Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27,1996 PSA#1730

Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083.

A -- BROAD AGENCY ANNOUNCEMENT (BAA) FOR IMPROVED AIRCRAFT RECOVERY MONITORING AND DISPLAY TECHNOLOGIES FOR CV/CVN/LHA/LHD CLASS SHIPS SOL N68335-97-BAA-702 DUE 112397 POC Christopher Veith, Contracting Officer, Code 2.5.2, (908) 323-2062. The Naval Air Warfare Center (NAWC) is intersted in receiving proposals (technical and cost) for technologies related to aircraft recovery monitoring and display systems aboard aircraft carriers (CV/CVN) and amphibious assault ships (LHA/LHD). Responses to this BAA will be accepted at te procurement office during the twelve month period from the date of this announcement. Responses are required to be submitted in accrdance with guidelines set forth herein. The selection of one or more sources for contract award will e based on a scientific and engineering evaluation of the response (technical and cost as it relates to technical effort) to determine the merit of the technical approach used. NAWC is interested in defining performance requirements for systems capable of improving the safety and efficiency of aircraft recovery aboard aircraft carriers (CV/CVN) and amphibious assault ships (LHA/LHD). Demonstrations of one or more concepts, design approaches and/or parallel tecnologies in the following three areas are of primary interest: (1) Ship board electro-optical tracking systems (EOTS) capable of providing precision aircraft position and rate information during recovery operations, and that require no modification to the aircraft; (2) Integrated operator-centered display systems for Landing Signal Officers (LSO) aboard CV/CVN and LHA/LHD class ships; (3) Aircraft recovery imaging sensors for viewing aircraft on glidescope and line-up. The objectives of this procurement are: (1) To conduct demonstrations of state-of-the-art Infrared/TV/Eye-safe laser rangefinder tracking systems to perform the precision tracking tasks required by the LSO and to drive future shipboard visual landing aids; (2) To develop models and define assumptions for predicting EOTS performance; (3) To define integrated, operator-centered workstation approaches for the CV/CVN and LHA/LHD LSO's. The Navy is seeking an open system, non-proprietary design approach for these workstations; (4) To conduct demonstrations of emerging imaging sensors for viewing approching aircraft from 5nmi to 100 feet, through a small in-deck aperature. Proposals that address novel approaches to these problems will be considered. Offerors shall submit an original plus four (4) copies of the technical proposal and an original plus two (2) copies of the cost proposal. Additionally, the offeror must identify restricted rights to any part of the offer, if any, including computer software, and mark all pages containing proprietary or restricted use data. This announcement will be open for twelve months after publication. Proposals may be submitted at any time during this period. Early submission (within 60 days) is encouraged. Proposals may be evaluated as they are received or may be collected and reviewed periodically. Several awards may be made from this announcement. Award decisions will be basedon the following criteria: (1) Overall scientific and technical merits of the proposal as they apply to the areas of interest in the announcement; (2) The offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives; (3) Originality of the idea; (4) Quality of approach and thoroughness of planning; (5) Realism of proposed cost. The merit of the proposal will be evaluated in relation to the proposed cost and avalability of funds. Technical proposals should be limited to thirty (30) pages. The cost of preparation of ths response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. Point of contact for technical issues is Ralph Smith (Code 4.8.1), (908) 323-2328. Point of contact for contractual matters is Christopher Veith, (908) 323-2062. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. Offerors are cautioned that only contracting officers are legally authorized to commit the Government . For planning purposes, the period of performance is estimated to be one (1) year or less at a level of effort of 0.5 to 1.5 man years for each contract. Contract type will depend on the nature of the offer received and the Government's cost/benefit analysis of the proposed work and available funding. No formal solicitation will be issued; this BAA is the solicitation. Exterior markings on the response shall be as follows: N68335-97-BAA-702, Naval Air Warfare Center, Attn: Christopher Veith, Code 2.5.2 (Contracts Division) Building 129-2, Highway 547, Lakehurst, NJ 08733-5082. (0330)

Loren Data Corp. http://www.ld.com (SYN# 0011 19961126\A-0011.SOL)


A - Research and Development Index Page