COMMERCE BUSINESS DAILY ISSUE OF MARCH 16, 2001 PSA #2809
SOLICITATIONS
A -- BROAD AGENCY ANNOUNCEMENT FOR RESEARCH IN DEVELOPMENT OF MISSION RESPONSIVE ORDNANCE PAYLOAD TECHNOLOGIES
- Notice Date
- March 14, 2001
- Contracting Office
- Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-01-Q-1026
- Point of Contact
- SD11 Branch at (540)653-7478
- E-Mail Address
- SD11 Branch is POC for N00178-01-Q-1026 (sd11@nswc.navy.mil)
- Description
- PROGRAM OBJECTIVES: The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is interested in responses from DOD agencies and DOD contractors for the Mission Responsive Ordnance Technology Program (MRO) and its associated initiatives. MRO is an Office of Naval Research (ONR) program to define and demonstrate next generation payload technologies for Tomahawk Cruise Missile. The goals of the MRO program are to define and demonstrate technologies that will enable a single configuration of Tomahawk Cruise Missile to function in a unitary blast-fragmentation-penetration mode and / or to incrementally dispense individually targeted kill vehicles. It is envisioned that it is possible for the kill vehicle to be used in other future weapon systems, and it is also possible that the kill vehicle could be incorporated into existing weapon systems. It is recognized that these kill vehicles may not be identical, but could have a maximum commonality of parts. NSWCDD seeks to capture industry expertise early in the concept definition and concept exploration phase. Proposed solutions shall describe innovative technologies and tools which identify various payload options and quantify performance in terms of range, number and type of targets addressable, mission time, and unitary penetration. Identify component technologies and technology readiness levels and associated risks. Proposed solutions must add value to MRO technologies initiatives by: identifying novel light weight penetrating payload structures, dispensing systems with minimum parasitics, control architectures for safe-arm and fuze components, conceptual and analytical knowledge of kill vehicles stability during the dispense event, innovative architectures for payload integration, advanced modeling and simulation capabilities to expand prediction capabilities of blast, fragmentation, and penetration effects. As these concepts develop they will have to meet the baseline constraints of maximum payload weight as well as form, fit, and function with the Tomahawk Missile providing greater flexibility than the existing system while maintaining or improving performance, reliability, and availability. Within the above context, proposals are sought that address the following areas: (1) novel and innovative concepts applicable to development of payload structures with unitary blast-fragmentation-penetration and/or to incrementally dispense individually targeted kill vehicles, and (2) development of novel mechanical and electronic concepts for interface with existing Tomahawk Cruise Missile. White Paper Submission: Offerors shall submit white papers (not exceeding 10 pages) summarizing each proposed concept, including a rough order of cost magnitude and schedule to perform the proposed work. Overview of the proposed work including Innovative Claims for the proposed technologies, Technical Approach and Program Plan, Demonstration Plan for Testing the Technology, Deliverables Associated with the Effort, Cost, Schedule, and Milestones, Organizational Experience/Information. Each white paper shall clearly show how the proposed effort relates to the objective of this BAA, will increase scientific knowledge, advance the state of the art, and determine and exploit the potential scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques. Offerors shall provide significant evidence demonstrating corporate experience and personnel resources to support these efforts. All proprietary portions of the White Paper shall be clearly identified and will be treated in the strictest confidence. White papers shall be submitted in an original and four copies to Contracting Officer, Attn: SD115/ Bldg 183/Room 102, NAVSURFWARFARCEN, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100. White papers shall identify the following: (1)BAA Number N00178-01-Q-1026; (2)Organization Name; (3)Other team members and type of business; (4) Technical Point of Contact (including phone, fax, and email information; (5) Administrative Point of Contact . This BAA covers FY01- Concept Definition (Phase I), and FY02-Concept Exploration (Phase II), for Milestone A. Offerors selected for participation in Phase I have a chance for continuation with the program through LRIP. During Phase I there may be a down select. Selected offerors will be requested to submit their proposal for continuation into Phase II. The period of performance (POP) for Phase I is 6 months and for Phase II is 12 months. Other offerors may be considered for participation into Phase II if they can demonstrate that independent efforts similar to those in Phase I are demonstrated. Continued participation into the future phases is based on technical development and proposed cost. Current white papers will address tasking for Phase I only. Phase I white papers are due within twenty (20) days after BAA release in the Commerce Business Daily (CBD). The government reserves the right to government purpose licensing rights. Proposal Evaluation: White papers will be reviewed and formal technical and cost proposals may be requested from sources whose approaches have been selected for further consideration. An invitation to submit a proposal does not assure subsequent contract award. Formal Cost and Technical will be required approximately four (4) weeks after notification that NSWCDD has decided to pursue the offeror's approach as identified in their white paper submission. Proposals will be evaluated using the following criteria: (A) Overall scientific, technical, or economic merits of the proposal. (B) Potential contributions of the effort to unitary blast-fragmentation, penetration, incremental dispense, guidance and control, fuzing, packaging, and system integration, as made clear in the proposal. (C) The offeror's capabilities, related experience, facilities, techniques, or combinations of these which are integral factors for achieving the proposal objectives. (D) The qualifications, capabilities, and experience of the proposed principle investigator, team leader, or key personnel who are critical in achieving the proposal objectives. (E) Innovativeness in identification of problems and approaches to concept definition/solutions. (F) Realism of the proposed cost and availability of funds. Not all proposals deemed selectable will be funded. Cost sharing is not required; however, demonstrated commitment to the program through cost sharing is encouraged. The government reserves the right to award on all, some, or none of the proposals received and to fund all or part of the efforts presented in a proposal. Secret clearance is required of all offerors. All foreign offers must be teamed with a U.S. firm. Any questions regarding this announcement may be submitted to SD115 via telecopier at (540) 653-7088 or via email at sd11@nswc.navy.mil. This notice constitutes a BAA for NSWCDD as authorized by FAR 6.102(d)(2). Although no portion of this announcement is set aside for HBCU/MI participation, proposals are invited from all sources. This BAA should not be construed as commitment or authorization to incur costs in anticipation of a resultant contract. Information provided herein is subject to modification and in no way binds the Government to award a contract. This CBD notice constitutes the solicitation, there is nothing further to request. This synopsis will be available on the World Wide Web at http://www.nswc.navy.mil/supply. DoD will no longer award contracts to Contractors not registered in the Central Contractor Registration (CCR) data base. Registration may be done by assessing the CCR Web site at http://www.ccr2000.com. A paper registration form may be obtained from the DoD Electronic Commerce Information Center at 1(800)334-3414.
- Web Link
- NSWCDD Dahlgren Laboratory Procurement Division Web (http://www.nswc.navy.mil/supply)
- Record
- Loren Data Corp. 20010316/ASOL016.HTM (W-073 SN50G1M7)
| A - Research and Development Index
|
Issue Index |
Created on March 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|