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