|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis
Highway, Arlington, VA 22242-5160 A -- FABRICATION AND MANUFACURING OF ARRAY PANELS FOR THE CONFORMAL
ACOUSTIC SONAR (CAVES) PROJECT SOL N00024-99-R-6318 POC POC: Sonja
Truehart-McKinney, Contract Specialist (703) 602-0951 x638, Contracting
Officer, Jim Watts, 703-602-0951 x636 The Program Executive Office for
UnderSea Warfare (PEO(USW)), Advanced Systems and Technology Office
(ASTO), Arlington, VA is offering an opportunity to participate in
several technology transfer sessions to industry involving the
fabrication and manufacturing of array panels for the Conformal
Acoustic Velocity Sonar (CAVES) Project. ASTO and Carderock Division,
Naval Surface Warfare Center (CDNSWC) will offer an industry briefing
on requirements and current developments. The Government is currently
developing CAVES, a velocity sensor based hull array sonar technology
as an alternative to pressure sensor arrays that require heavy and
expensive signal conditioning and support structures. The expected
result is a lighter, more affordable (on a per sensor channel basis),
easier to install, and scaleable hull mounted sonar technology. The
project includes all aspects of hull array design and development,
however, the scope of this BAA is limited to the manufacturing and
fabrication of a predetermined arraydesign. The government wishes to
offer an opportunity for successful offerors to gain knowledge in the
manufacturing and fabrication of CAVES arrays through several
technology transfer sessions. Successful offerors will be required to
attend 3 sessions (2 days each) at the Carderock Division of the Naval
Surface Warfare Center to observe the different phases of the
manufacturing process. It is expected these sessions will occur in May
1999, July 1999, and October 1999. Personnel deemed appropriate to
attend these sessions include mechanical design, coating material
process and chemical engineers and corresponding program management.
Due to space constraints it is necessary to limit the number of persons
attending these technology transfer sessions to 3-5 people per
organization. A final report consisting of lessons learned, concerns
covering such areas as process or facility issues, as well as
suggestions on cost effectiveness, will be required. Proposals
responding to this BAA must be submitted no later than 1400 on 15 March
1999. Navy awards are expected to be made by 30 April 1999. No award
can be made without a proposal to perform a specific effort within an
estimated cost and time period. Industry, Small Businesses, Small
Disadvantaged Businesses, educational institutions, Historically Black
Colleges and University and Minority Institutions are encouraged to
participate. Proposals should be submitted to the Cognizant Contracting
Activity whose address is: Commander, Naval Sea Systems Command, ATTN:
Code 0263, James Watts 2531 Jefferson Davis Highway Arlington, VA
22242-5160 Contracting Point-of-Contact is Sonja Truehart-McKinney,
Code 02631G, telephone (703) 602-0951 ext. 638, facsimile (703)
602-7023 and email Truehart_sonja_l@hq.navsea.navy.mil. The Contracting
Officer is James Watts, telephone (703) 602-0951 x636, facsimile (703)
602-7023 and e-mail watts_jim@hq.navsea.navy.mil. This synopsis
constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i);
there will be no formal request for proposals (RFP) or other
solicitation in regard to this announcement. Offerors may submit their
technical proposals (5 paper copies and 1 electronic copy using at
least Microsoft Office Suite 4.3) and cost proposals (1 copy) by the
date specified above. A briefing to interested offerors will take place
at Carderock Division, Naval Surface Warfare Center Taylor Auditorium,
on 23 February 1999 from 1300-1500. Following an overview of the CAVES
project, more specific information on the array fabrication and
manufacturing process, along with related risk areas, will be provided.
The names of those wishing to attend the industry briefing should be
provided to Saed Awwad no later than 22 February 1999. He may be
reached by telephone at (301) 227-4845, by facsimile at (301)227-2726
and by e-mail at awwad@oasys.dt.navy.mil . Also, provide a copy of that
information to Program Executive Officer, Undersea Warfare, Advanced
Systems and Technology Office (Attn: Mike Traweek, ASTO-D4), 2531
Jefferson Davis Highway, Arlington, VA 22242-5169. He may also be
reached by telephone at (703) 604-6013 (x527), by facsimile at
(703)604-6056, and by e-mail at traweekcm@navsea.navy.mil . The
briefing will be classified CONFIDENTIAL. A visit request and security
clearance should be coordinated with CDNSWC security, telephone (301)
227-1500, facsimile (301)227-4621. State the purpose of the visit as:
Attendance at Industry Brief regarding Broad Agency Announcement
N00024-99-R-6318 for Conformal Acoustic Velocity Sonar (CAVES) Project.
New visit requests must be submitted for this visit only. Attendance is
limited to no more than two representatives from each company or
institution. Questions arising from this announcement may be submitted
at the briefing or directly to the Contracting Officer. The Government
reserves the right to select all, some or none of the proposals
received in response to this announcement. Offerors must be able to
certify that they have an appropriate facility clearance to meet the
security requirements of work proposed,and key personnel must be
certified as holding an appropriate clearance. Proposals shall consist
of two separately bound volumes; Volume I shall provide the technical
proposal and Volume II shall address cost. Although length is not
specified, succinct proposals are desired. Volume I shall include the
following sections, each starting on a new page: A. A cover page,
including proposal title, technical and administrative
points-of-contact along with the telephone and facsimile numbers,
followed by a letter signed by the authorized officer specifying the
proposal validity period (at least 45 days). B. A succinct Statement of
Work clearly detailing the scope and objectives of the work which will
conclude with a technical report. C. A brief discussion of past
performance detailing previous accomplishments and work in this or
closely related research or production areas. D. A brief discussion of
personnel qualifications and facilities that relate to this work.
Volume II shall include the one-page cost summary that highlights
direct labor, overhead labor, including travel costs, and profit.
Evaluation of proposals will be based on best value meeting the
following criteria which are in descending order of importance: (1)
Personnel qualifications and facilities relating to the objectives of
this BAA, (2) past performance, and (3) the estimated costs and realism
thereof. Posted 02/17/99 (W-SN299119). (0048) Loren Data Corp. http://www.ld.com (SYN# 0001 19990219\A-0001.SOL)
A - Research and Development Index Page
|
|