|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000
23RD AVE, PORT HUENEME, CA 93043-4301 A -- 5,000-GALLON MOBILE FUEL DELIVERY SYSTEM SOL N47408-97-R-1810 DUE
013197 POC Contract Specialist, MARY L. GUERRANT, 805-982-8842 This
announcement constitutes a Broad Agency Announcement (BAA) for the
Naval Facilities Engineering Service Center (NFESC) under FAR 6.102
(d)(2) to solicit proposals for basic and applied research for new and
innovative technology solutions to probems in the areas of FUEL
DELIVERY SYSTEMS. Part of the proposed areas listed in this BAA are
being considered 100% set-aside for Historically Black Colleges and
Universities (HBCU) or Minority Institutions (MIs) as defined by the
clause at 252.226-7000 of he Defense Federal Acquisition Regulation
Supplement. Interested HBCUs and MIs should provide the contracting
office as early as possible, but not later than 15 days after this
notice, evidence of their capability to perform the contract, and a
positive statement of their eligibility as an HBCU or MI. If adequate
response is not received from HBCU/MIs then institutions, non-profit
organizations, and private industy proposals abstracts will be
evaluated. The effective period of BAA is one year from the publication
date of this requirement in the Commerce Business Daily. Awards may be
made at any time throughout the effective period of the BAA. Initial
submittals to his BAA will be in abstract form describing the merits
and objectives of what the contractor is offering and shall be no
longer than five pages. The abstract should concisely describe what the
contractor is offering the Navy with sections discussing the following
technical evaluation criteria: (1) the overall scientific or technical
merits of the proposal; (2) the potential contribution of the effort to
the mision of the requiring activity; (3) the offeror's capabilities,
related experience, facilities, techniques, or unique combination of
these which are integral factors for achieving the proposal objectives;
(4) the qualifications, capabilities, and experienceof the proposed
Principal Investigator, team leader, or key personnel who are critical
in achieving the proposal objectives. Proposals, when and if requested
after evaluation of the technical abstracts, shall will be evaluated
using the four criteria listed above and the following criteria: (5)
the reasonableness and realism of proposed costs and availability of
funds. Based on the abstract submittl, vendors with technology or
methodology found to have merits will be requested to submit a full
technical and cost proposal for contract award consideration. If
requested, the cost portion of the proposal should contain a cost
estimate sufficiently detaied by element of cost for meaningful
evaluation. Persons wishing to submit the requirements in response to
this BAA should submit an abstract to: Commanding Officer, Naval
Facilities Contracting Office, Code 2722-7, Building 41, Naval
Construction Battalion Center, 1000 23rd Avenue, Port Hueneme, CA
93043-4301, Attn: Mary L.Guerrant, (805)982-8842. Questions regarding
this BAA may be sent by facsimile transmital (FAX) to (805)982-3015. An
offeror should submit five (5) copies of its abstract regarding this
BAA topic to the address noted above. Abstractsare to be submitted no
later than 31 January 1997. However, abstracts submitted after that
cut-off date will e considered throughout the effective period of the
BAA. Abstracts may not be submitted by FAX. Any abstract sent by FAX
will be disregarded. The cognizant NFESC technical personnel for this
requirement is Mr. Chip Nixon, Code ESC31, at (805) 982-1259. Potential
offerors are encouraged to contact Mr. Nixon directly regarding
technical issues. Abstracts will not be evaluated against each other
since ach is a unique technology with no common work statement.
Proposals identified for funding may result in a contract; however,
there is no commitment by the Navy to make any awards; to make a
specific number of awards; or to be responsible for any monies exended
by the offeror before award of a contract. Any award will be subject
to the availability of funds. Multiple phase development contracts may
be awarded at the $30,000 to $200,000 level for system development and
demonstration over a two-year period. Phase II awards will be
considered for contractors awarded a Phase 1 contract. The following is
a description of the research required for this BAA. TOPIC NO.BAA
97-004 -- 5,000-GALLON BULK FUEL DELIVERY SYSTEM FOR AMPHIBIOUS
OPERATIONS. The objective is for the development of a collapsible
5,000-gallon fuel tank trailer assembly. The system shall be designed
such that it can be disassembled and nested together r otherwise
arranged to minimize storage requirements aboard ship. A minimum of two
disassembled systems must fit within an 8x8x20-foot dimensional
envelope. The system shall be designed with a ground pressure of not
more than 8-psi such that it can be towed in soft sand, mud, and mild
terrain by a typical Navy/marine prime mover such as a 5-ton truck.
Navy landing craft such as the LCAC (Landing Craf, Air Cushioned) and
1600 class LCU (Landing Craft, Utility) will be used to transport the
fuel tank assemply from ship to shore. The abstract should address the
following primary features: (1) the system shall have a capacity of
5,000 US gallons and be copatible with diesel fuel (F-P4) and F-P4
(JP-5); (2) the system must be capable of withstanding the dynamic
loads (3G in all directions except upward which is 4.5G) associated
with LCAC/LCU operations in a Seastate-3 to include chaffing and
abrasion and resistance and appropriate internal baffling/surge
suppression; (3) the system must be capable of being dissambled and
nested or otherwise arranged to minimiz stowed cube. A minimum of two
disassembled systems must fit within an 8x8x20-foot dimensional
envelope; (4) trailer foot print such that a full tank can be towed
over soft dry/wet sand, mud, and mild off-road terrain; (5) the design
ground pressure shall ot exceed 8-psi; trailer equipped with stands to
stabilize trailer when disconnected from the towing vehicle; (6)
Tie-downs compatible with cargo decks of LCACs and LCUs; (7) four-inch
fill/discharge fitting as well as recirculating fittings; (8)
materials of construction compatible with ocean and severe salt spray
environment; and (9) Puncture resistance construction. selfsealing tank
construction maybe dvantageous. The Government has 4,000/6,000-pound
capacity forklifts availabe for assembly and disassembly of the system.
(0003) Loren Data Corp. http://www.ld.com (SYN# 0003 19970107\A-0003.SOL)
A - Research and Development Index Page
|
|