Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756

COMMANDING 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