|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164UNMANNED AVIATION TECHNOLOGY AND DEMONSTRATIONS UNMANNED AVIATION
TECHNOLOGY & DEMONSTRATIONS -- Broad Agency Announcement (BAA)
N00019-98-BAA-UATD -- This BAA is open for 1 year from the publication
date of this notice. Phase I Proposal Abstracts may be submitted at
any time during this period and will be evaluated quarterly commencing
30 September 1998. Phase II Full Proposals, will be requested at a
subsequent date based on interest in the proposed topic and funding
availability. BAA also listed at WWW.NAVAIR.NAVY.MIL (Business
Opportunities/Open Solicitations). Points of Contact (POC): Contract
Specialist, Brian Neiheisel, (301) 757-8949; Contracting Officer, Vicki
Fuhrmann, (301) 757-2602; Technical POC, Kerry Kelley, (301) 342-0178.
I. INTRODUCTION. The Naval Air Systems Command (NAVAIR) is announcing
this BAA as an unclassified solicitation to obtain science and
technology proposals in the area of Advanced Umanned Aviation
Technology and Demonstrations. II. GENERAL INFORMATION. The Navy is
working jointly with the Marine Corps, Defense Advanced Research
Projects Agency (DARPA) and others, as appropriate, pertaining to this
technology. Through this BAA competition, NAVAIR is soliciting for
research and development (R&D) concepts addressing areas relating to
unmanned aviation, including platforms, payloads and operational
concepts. The Navy plans to increase its level of sponsorship in the
area of small, unmanned air vehicles (UAVs). These vehicles will offer
revolutionary capabilities to warfighters, particularly those in small
teams. New tactical advantages centered around small UAVs, including
increased situation awareness, surveillance capabilities, standoff
weaponry, forward-pass targeting, and logistics support are all leading
the way to a new age in warfighting. Along with these new capabilities
come new operational concepts as well as unexplored issues revolving
around the safety, utility, and supportability of these systems.
NAVAIR, in conjunction with the Naval Air Warfare Center (NAWC),
Patuxent River, MD, is seeking to investigate these operational
concepts and associated issues, and to promote rapid system acquisition
and transition to the fleet. NAVAIR is planning to make awards within
the overall program objectives that are to explore new concepts through
emerging small UAV technologies, create adaptations to better suit the
needs of the warfighting community, certify the sustainability and
safety of candidate systems and promote those systems through the
procurement process. These awards are subject to the availability of
appropriations. All awards will be based on merit competition.
Consortiums of government, industry, and universities, teaming
arrangements and partnership formations that enhance technology
demonstration are encouraged. Partnership proposals should list one
vendor as the principle point of contact and define the relationships
among the partners. Proposals must have military applications.
Commercial applications, as well as cost sharing, are strongly
encouraged. IMPORTANT INFORMATION FOR PROSPECTIVE CONTRACTORS:
Registration in the DODs Central Contractor Registration (CCR) database
will be a prerequisite for receiving an award resulting from this Broad
Agency Announcement. For more information on the CCR, contact the CCR
Assistance Center at 1-888-227-2423. III. AREAS OF INTEREST. Work is
being solicited in three areas: 1. New Operational Concepts for Small
UAVs including operations from sea-based platforms, operations in
support of littoral warfare, and operations in urban environments. Of
particular interest are those concepts that develop and demonstrate the
utility of a Vertical/Short Take Off and Landing UAV (V/STOL). Any
proposed system must be suitable, with respect to size, cost, and
supportability as well as for access and control by forward deployed
military or irregular light forces. Concepts should address logistic
support, payloads, operating, safety and system performance parameters.
Also of interest are concepts that address autonomous takeoff, flight,
landing, auto routing, and enhanced urban area survivability features.
Proposals should fully explain the connection between any novel
proposed UAV capability and warfighting applications. Any proposed
prototype hardware should be designed in a manner that makes it
suitable for rapid development for field demonstrations. Examples of
the types of concepts that could be proposed are: a. Concepts that
develop a perimeter security function and a moving target "chase"
capability. b. "Mothership" concepts that allow smaller micro UAVs to
be deployed/controlled/monitored. c. Lethal and non-lethal weapon
delivery systems are of interest. This may address a variety of systems
from integration of existing armament into the UAV platform to modified
warheads and submunitions as well as methods to provide
human-in-the-loop, mobility control. d. Concepts that will lead to
refinement of the sensor-to-shooter problem considering the weapons mix
of the Littoral Battlespace. Solutions that increase placement accuracy
and operator standoff range are of particular interest. e. Re-supply of
deployed forces utilizing the UAV as a beast of burden that is
integrated into the logistics supply arm of the supported force.
Semi-/fully automated ship-to-ship Vertical Replenishment (VERTREP) or
ship-to-shore capability is desired. f. Simulation and study efforts
that analyze proposed capabilities, techniques, tactics or procedures,
when the procurement of experimental hardware for operational testing
is either technically not yet possible or too expensive. 2.
Technologies that advance the state-of-the-art in Flight Safety,
Performance, and Supportability of Small UAV Airframes are of interest.
Examples are: a. Technology that reduces the need for UAV dedicated
equipment such as integrating functions with advanced team or
squad-level communications equipment; use of open architecture hardware
and software platforms; and, tactical display systems. Also included
are systems normally carried by a small unit for use in controlling the
UAV, displaying payload products and relaying functions to other
network nodes. b. Concepts which increase situational awareness,
mission planning, execution monitoring, and operations visualization.
c. Manufacturing, maintenance (depot and field) and quality assurance
technologies which lead to a greater degree of airworthiness and
reduced life cycle costs, including expendable technology. d. System
safety and mechanisms to improve training to transition the capability
to manage and control small UAVs at the squad or platoon level. 3.
Systems Integration and Demonstration Testing proposals should result
in significant performance enhancements or novel warfighting
applications. The following classes of systems are of interest: a.
Networking and datalinks, including satellite links, and automated
flight control technology that address a common systems approach to UAV
operations are of particular interest. New approaches to networking,
data dissemination and relay technology between small UAVs and small
teams. Datalink proposals should address approaches for low probability
of intercept/detection, anti-jam, and network management. b. Testbed
platforms that can act as a surrogate for Tactical Control Station,
Modular Integrated Avionics Group, Collision Avoidance/IFF, Tactical
Common Data Link integration or other open system architecture. c.
Payloads and concepts of employment in both the military and commercial
environment. Payloads may be contained on the UAV or deployed as an
expendable or recoverable. d. Control interfaces which address issues
related to commonality between UAV and land robotics control, reduction
of proficiency requirements, and increased systems safety. e. Tools and
manipulaters that provide new capabilities for insertion of robotic
elements, payload launching and retrieval mechanisms, and additional
functionality to the small UAV. IV. CONTRACT/AGREEMENT TYPE. NAVAIR is
willing to consider various types of contract vehicles including;
traditional FAR/DFARS type contracts and/or non-procurement agreements
(e.g., Cooperative Agreements, and "Other Transactions"). Other
Transactions will be entered into under the authority of 10 U.S.C. 2371
(Congressional direction requires that at least 50 percent of the cost
of a project under this initiative be provided by industry) and
"Section 845, Authority to Carry Out Certain Prototype Projects."
Information concerning "Other Transactions" can be found at
http://www.darpa.mil/cmo/pages/other_trans.html and
http://www.acq.osd.mil/ddre/research, or by contacting Brian Neiheisel,
Contract Specialist, at (301) 757-8949, or by e-mail to
Neiheisel_Brian%PAX8A@MR.NAWCAD.NAVY.MIL V. PROPOSAL REQUIREMENTS.
Proposals should be submitted in two (2) phases. Phase I -- Proposal
Abstract. Proposers should submit proposal abstracts, not to exceed
Fifteen (15) pages, in advance of full proposals. Proposal abstracts
should contain a technical description (including commercial
applications) of the proposed effort, a summary cost estimate with type
of contractual vehicle proposed and (if applicable) the anticipated
sharingarrangement, an estimated timeframe for project completion, a
brief description of the facilities involved, a brief resume of the
principle investigator(s), and the contract/agreement type being
proposed. The Government may request the contractor to present a
technical briefing on the proposed effort(s) at NAWCAD. Although
discussions with the government are permitted prior to submission of
abstracts, these technical briefings are desired following the formal
submission of an abstract. The Government is not liable for any costs
associated with this brief. The abstract cover letter should discuss
the contractor's willingness to provide a technical brief. The proposal
abstract, an original with four (4) additional copies, must be
submitted to the following address, or submitted by facsimile to (301)
757-8988, first cut off 30 September 1998: Naval Air Systems Command,
Code: AIR-2.5.3.3.1, Attn: Brian Neiheisel -- N00019-98-BAA-UATD,
Bldg. 441, Unit 7, 21983 Bundy Road, Naval Air Station, Patuxent River,
MD 20670-1127. Contents of Proposal Abstracts may also be submitted
electronically to Neiheisel_Brian@NAVAIR.navy.mil. Confirmation of
receipt is recommended for electronic submission. Upon review, the Navy
will provide written feedback of the proposal abstract. If a
contractor's proposal abstract is selected to continue to Phase II, the
date for submission of a full proposal will be provided in writing.
REQUEST FOR SUBMISSION OF A FULL PROPOSAL DOES NOT GUARANTEE AWARD
SELECTION. Phase II -- Full Proposal. Only Offerors whose Phase I
Proposal Abstract is considered capable of meeting DALP Program
requirements will be asked to submit Phase II Full Proposals. All
proposals submitted under the terms and conditions cited herein will be
reviewed. Full proposals should be submitted in two (2) volumes: Volume
I, Technical Proposal, and Volume II, Cost/Funding Proposal. Volume II
should contain a firm estimate of cost, both total cost and detailed
cost for each functional area. Proposals will be evaluated by the
criteria cited in Section VI. Proposals shall be submitted in original,
with the signature of an authorizing official, with five copies to the
address noted above. Awards are planned by 01 March 1999. TECHNICAL
PROPOSAL. Technical proposals should not exceed twenty-five (25) pages
and should include the following three sections: Section I --
Executive Summary: Provide a brief technical and business description
of the contents of the proposal. The technical area should address the
proposal's technical goals, approach, and expected results. The
business area should address business and/or commercial applications of
the proposal technology. Section 2 -- Technical Issues: Give a detailed
explanation of the technical approach, objectives, staffing and
resources relating to the development of the proposed technology for
military and commercial (if applicable) use. Discuss clearly and
specifically in realistic terms the technical objectives of this
proposed effort; include a Statement of Work (SOW) that discussesthe
specific tasks to be accomplished, tied to the specific approach and
goals of the project. Resumes for Principle Investigator(s) and other
key research personnel should be submitted, along with a detailed
description of the current and planned facilities and equipment to
accomplish the research objectives. A description of past performance
on similar efforts should be included within Section 2. Section 3 --
Business Issues: Discuss the business issues relating to the commercial
applications of the proposed development and its impact on the market.
Include the benefits to the Department of Defense (DOD). COST/FUNDING
PROPOSAL. Cost/funding proposals are not restricted in length, have no
specific page layout requirements, and should address funding periods
of performance. Work breakdown structures and certified cost or pricing
data are neither required nor desired, however, NAVAIR reserves the
right the request this information for proposals using FAR/DFARS type
contracts. Cost/funding proposals should be organized to include four
(4) sections in the following order: total project cost, cost sharing
and in-kind contributions, cost to the Government and off-budget
supporting resources. These are described in more detail below. Section
1 -- Total Project Cost: This section will give a detailed breakdown of
costs of the project. Cost should also be broken down on a task-by-task
basis for each task appearing in the Statement of Work (SOW). This
should include all of the proposed costs to the Government and cost
sharing by the proposer. The following information should be presented
in your proposal for each phase of the effort: total cost of the
particular project phase; total proposer cost share (mandatory for
certain "other transaction agreements" see above); funding requested
from the Government; and elements of cost (labor, direct materials,
travel, other direct costs, equipment, software, patents, royalties,
indirect costs, and cost of money). Sufficient information should be
provided in supporting documents to allow the Government to evaluate
the reasonableness of these proposed costs, including salaries,
overhead, equipment purchases, fair market rental value of leased
items, and the method used for making such valuations. Profit should
not be included as a cost element if the contract type to be awarded
will be cost sharing. Section 2 -- Cost Sharing and In-Kind
Contributions: This section will include: (1) the sources of cash and
amounts to be used for matching requirements; (2) the specific in-kind
contributions proposed, their value in monetary terms, and the methods
by which their values were derived; and (3) evidence of the existence
of adequate cash or commitments to provide sufficient cash in the
future. Affirmative, signed statements are required from outside
sources of cash. Proposals should contain sufficient information
regarding the sources of the proposers cost share so that a
determination may be made by the Government regarding the availability,
timeliness, and control of these resources. For example: How will the
funds and resources be applied to advance the progress of the proposed
effort? What is the role of any proposed in-kind contributions?
Section 3 -- Cost to the Government: This section will specify the
total costs proposed to be borne by the Government and any technical or
other assistance including equipment, facilities, and personnel of
Federal laboratories, if any, required to support these activities. The
cost to the Government should be that portion of the proposed effort,
which is not covered by the contractor's portion of the cost share. The
costs incurred and work performed by any DoD or national laboratory
"partnering" with the offeror under the proposal shall normally be
considered costs of the Government and not costs of the proposer for
purposes of the cost-sharing requirement. Proposals should contain
sufficient information regarding the resources to be provided by the
Government so that an evaluation of their availability, timeliness, and
control may be made. Section 4 -- Off-Budget Supporting Resources: This
section will show cash or in-kind resources which will support the
proposed activity but which are not intended to be included in the
total project cost. Items in this category do not count as cost share
nor as Federal funds which must be matched. Examples of items to place
in this category include: Commitments of cash or in-kind resources
from other Federal sources, such as national laboratories, and
projections of fee-based income where there is substantial uncertainty
about the level which will actually be collected and where the income
is not needed to meet cost-share requirements. VI. EVALUATION
CRITERIA. The government will evaluate proposals responsive to any or
all of the areas of interest discussed herein. The primary evaluation
criteria, of equal weight, are: (1) Scientific and technical merits of
the proposed research to include, (a) the degree to which proposed
research and development objectives support the targeted technical
topic and (b) validityof the technical basis for the approach offered;
and (2) Relevance and potential contributions of the research to the
objectives of the Unmanned Aviation Technology & Demonstration program
to include (a) the relevance of the proposal to the stated technology
areas of interest; (b) the anticipated operational military (or
commercial, if applicable) utility of the proposed capability; (c) the
ability of the proposed system/study to be ready for field-testing or
to be complete within a period established in the negotiated contract;
(d) the suitability of the proposed capability for inclusion in a
warfighting experiment (results of a simulation/study may be suitable
for inclusion, but a contractor proposing paper vice hardware,needs to
specifically address this evaluation factor); and, (e) projected
affordability of transitioning the technology to the fleet or a
commercial activity (for any developed hardware). Other evaluation
criteria, of lesser importance than (1) and (2) but equal to each
other, are: (3)The qualifications of the task principal investigator
and other key research personnel; (4) The adequacy of current or
planned facilities and equipment to accomplish the research objectives;
and (5) The realism and reasonableness of cost, including proposed cost
sharing. (6) Past performance on similar efforts. Final decision on
award type will be made by the government. The Government will not
screen abstract topics on behalf of a contractor in advance of the
submission of a white paper and will not give detailed debriefs to
unsuccessful offerors. Reasonable written questions, not excessive in
length, will be answered if submitted to the above address. This notice
constitutes a Broad Agency Announcement as contemplated by FAR
6.102(d)(2). Unless otherwise stated herein, no additional written
information is available, nor will a formal RFP or other solicitation
regarding this announcement be issued. Requests for the same will be
disregarded. The Government reserves the right to select all, some, or
none of the proposals received in response to this announcement. This
BAA shall remain open for receipt of proposal abstracts for a period
of one year from the date of initial publication of this announcement.
The Standard Industrial Classification (SIC) code for this BAA is 8731
with the small business size of 1,500 employees. No portion of this BAA
has been set aside for historically black colleges and universities or
minority institute participants, though their pa Posted 08/19/98
(W-SN238931). Loren Data Corp. http://www.ld.com (SYN# 0570 19980821\SP-0001.MSC)
SP - Special Notices Index Page
|
|