COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS
A -- BROAD AGENCY ANNOUNCEMENT (BAA) FOR RESEARCH AND DEVELOPMENT EFFORT FOR THE MULTIPLE LAUNCH ROCKET SYSTEM (MLRS) SMART TACTICAL ROCKET (MSTAR)
- Notice Date
- June 5, 2001
- Contracting Office
- Commander, U. S. Army Aviation & Missile Command, Acquisition Center, Buiding 5303, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH01-01-R-TB01
- Response Due
- August 22, 2001
- Point of Contact
- Contract Specialist -- Kendra Blanks, AMSAM-AC-TM-C, (256) 313-6001; Contracting Officer -- MAJ Jackie David, AMSAM-AC-TM-C, (256) 876-4588
- E-Mail Address
- Click here to contact the cognizant Contract Specialist (kendra.blanks@redstone.army.mil)
- Description
- Subject announcement is a Broad Agency Announcement (BAA) to solicit proposals in support of the U.S. Army Aviation and Missile Command's requirement for the Multiple Launch Rocket System (MLRS) Smart Tactical Rocket (MSTAR). This is a Broad Agency Announcement with scientific review pursuant to FAR 35.016 for the acquisition of basic and applied research and that part of development not related to the development of a specific system or hardware procurement. The MLRS PMO is soliciting proposals for research (or research ideas) for the demonstration of a munitions delivery system for the packaging and dispensing of multiple smart munitions from the MLRS family of vehicles. The MLRS Program Management Office (PMO) has a requirement to develop and demonstrate a delivery system for packaging and dispensing multiple smart munitions from the MLRS M270A1/High Mobility Artillery Rocket System (HIMARS) Launchers (or similar capability Rocket/Booster Vehicle). Munitions technical approach shall facilitate engaging multiple ground moving or stationary, hot or cold, armor targets in all weather environments with fewer rockets then required by the current Guided Multiple Launch Rocket System (GMLRS) with a DPICM payload. This request is for information pertaining to technical approaches, with risk reductions, to develop a warhead capable of delivering multiple smart munitions (of the contractors' choice) to a target area as an attachment to a GMLRS (or similar capability Rocket/Rocket Motor/Booster Vehicle). Contractor developed options for a phased requirement approach to reduce risk/cost/schedule, and facilitate the fielding of a more robust capability, in less time, are highly encouraged and will be accepted for evaluation. Technical approach and risk reduction activities should include time phased smart submunitions technical capabilities, the definition of munition environments, munition electrical and mechanical interfaces, dispense-on-separation mechanism, guidance and controls, electronics/mechanical requirements, control and stabilization surfaces, warhead structures, and other components of the warhead section with associate interfaces. Transportation, submunition specific Operations and Support (O&S) Costs, percent of common components with other Department of Defense (DOD) systems, Insensitive Munitions compliance, Munition Average Unit Production Cost (AUPC), and storage/transportation environments should be analyzed and assessed. Offerors may propose periods of performance not to exceed eighteen (18) months. Offerors may generally propose the type of contract to be awarded and the method of payment. However, any contract awarded will include all applicable clauses required by statute or regulation. Moreover, the Government reserves the right to reject any contract type or clause which it determines in its sole discretion not to be in its best interest or to be contrary to any statute or regulation. The Army's drive to modernization has put burdens on its current, interim, and objective forces to survive on the battlefield against mobile, relocatable threats that employ shoot-and-scoot tactics, along with some time critical targets. The current Counterattack Forces require an MLRS M270A1 launcher that can deliver pin point smart submunitions against time sensitive critical "Hard and Soft" armored targets with reduced logistical burden compared to the present M30 GMLRS rocket. The soon-to-be fielded Army transformation forces must be C-130 transportable, and have increased lethality with a reduced logistics footprint. MLRS Smart Rockets (MSTAR) carried by and launched from High Mobility Artillery Rocket Systems (HIMARS) are the answer to both interim and objective force requirements. There is no other capability in the foreseeable future that will have this combination of lethality and precision firepower. Smart Munitions have a high probability of kill against short dwell or relocatable targets, the capability to defeat cold stationary targets, plus Multiple Rocket Launchers (MRLs) and Transporter Erector Launchers (TELs) in all weather environments. The Army needs this capability beginning as early as 2004-2005. Innovative and affordable approaches to meet these requirements are highly encouraged. This BAA may result in multiple contracts having periods of performance not to exceed eighteen (18) months. Work to be performed may require SECRET/NOFORN facility clearance and safeguarding capability. Therefore, the offeror and any personnel identified for assignment to a classified effort must be cleared for access to SECRET/NOFORN information at the time of award. SUBMISSION PROCESS: Potential offerors are invited to submit proposals, in response to this BAA, to the cognizant Contract Specialist for consideration, no later than 22 August 2001, 11:00 A.M. (Central Standard Time), addressed to: Commander, U.S. Army Aviation and Missile Command, ATTN: AMSAM-AC-TM-C (Ms. Kendra Blanks, Contract Specialist), Building 5303, Redstone Arsenal, AL 35898. Proposals not selected for funding will be disposed of in a manner that protects proprietary data. All proprietary material should be clearly marked and will be held in strictest confidence. Initial award(s) is/are anticipated to occur within 120 days of receipt of the formal proposals, pending the availability of funds. All correspondence must reference the BAA number DAAH01-01-R-TB01 and identify the title of the proposed effort. All proposal volumes must also reference the applicable BAA number DAAH01-01-R-TB01 and contain the following information: the title; the date; the name and address of the offering institution(s); the principal investigator's name, phone number, fax number, e-mail address (if available), and mailing address (if different from the offering institution); the duration of the proposed effort; and the signature of an authorized official from the submitting institution(s). The title page must also include total funds requested for the effort and describe any cost share proposed. Offerors are required to submit an original and three (3) copies of their proposal (technical and cost). Technical approaches are limited to a total page count of seventy-five (75) pages and shall be double-spaced with a font no smaller than twelve (12) pitch. PROPOSAL REQUIREMENTS: Proposals submitted under this BAA shall contain technical and cost information. Proposals shall be formatted in two (2) volumes. Offerors may be either individual organizations or teamed efforts. In the event the effort is a teamed one, the organizational structure of the team shall be clearly defined in the proposal. Volume I shall be the technical portion, to include an Executive Summary, a Technical Approach, a Description of Relevant Prior Work, A Program Plan including a Statement of Work, Milestone Charts and Program Schedules, and a Facilities and Equipment Description. Volume I shall be limited to seventy-five (75) pages including all figures, tables, foldouts, and charts. All paragraphs containing proprietary information must be clearly marked. Volume II shall contain all the cost/price information with supporting information (no page limit). The cost breakdown shall include material, direct labor, indirect costs, and other costs such as special test equipment or travel. Offerors shall provide exhibits as necessary to substantiate the cost elements. Detailed costs must be provided. Offerors are required to include a 3.5" floppy disk or standard zip disk with proposal submissions, with cost information provided in EXCEL format. EVALUATION CRITERIA: The selection of proposals for contract award shall be based on a scientific review of proposals submitted in response to this BAA. The major purpose of the evaluation will be to determine the merit of the technical approaches of each proposal. Business and contractual aspects, including proposed cost and cost realism, will be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government of the proposal weighed against the cost of the proposal or cost of the total approach, in view of the availability of funds. Individual proposals will not be evaluated against each other. Proposals will be evaluated by the Government with respect to the following evaluation criteria: Technical The elements of the Technical Area, all of which are of equal importance, are as follows: (a) Offeror's capabilities and related experience (including the offeror's past and current performance on related contracts); (b) Potential importance and relevance to this agency's programs; (c) Innovativeness of the proposed approach and/or techniques; and (d) Overall scientific and technical merit. Cost and Cost Realism This area will be evaluated to determine the reasonableness and realism of the price relative to the proposal presented. The relevance of the proposed technology/component is a go-no/go criterion. The Technical Area is significantly more important than the Cost Area. Award will be made on a Best Value Basis. All awards made in response to this BAA will be subject to availability of Government funds. Evaluation and selection of proposals for award will be made on the basis of the criteria listed herein and the overall balance considered most advantageous to the Army MLRS MSTAR Program. OTHER INFORMATION: The provisions of the Federal Acquisition Regulation (FAR) at 9.5 (Organizational Conflict of Interest) apply to any award made under this BAA. Accordingly, a potential offeror is cautioned to review it's contract and subcontract history, before incurring substantial proposal preparation expense, to determine whether or not in its judgment a real or potential conflict of interest does or might exist that will prevent the Contracting Officer from considering its proposal, or making an award under this BAA. Questionable circumstances or situations should be addressed by e-mail, to the cognizant Contract Specialist/Contracting Officer for resolution and decision as soon as possible. Offerors are also cautioned that: (1) the absence of any communication between offerors and the Contracting Officer on these matters (real or potential conflict of interest) shall not preclude the Contracting Officer from conducting his or her own research and analysis, and arriving at his or her own determination relative to the existence of real or potential conflicts of interest; and (2) in the event of a determination of a conflict of interest, the Government shall not be liable for the cost of proposal preparation and submission. The Government anticipates making multiple awards. Issuance of this BAA does not obligate the Government to pay any proposal preparation costs. All responsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by the Army. Offerors should recommend acquisition streamlining where appropriate. Teaming is encouraged, e.g., industry and U.S. Universities. Participation by Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) is strongly encouraged as either a contractor or subcontractor; although, due to the impracticality of reserving discrete or severable tasks, no portion of this BAA will be set aside. This notice constitutes a Broad Agency Announcement as authorized by 6.102(d)(2) of the Federal Acquisition Regulations (FAR), which provides for competitive selection of basic research proposals. There will be no further solicitations regarding this announcement; however, potential offerors should monitor the CBD for potential changes to this announcement. The Government reserves the right to select for award any, all, part, or none of the proposals received in response to this announcement. An unclassified briefing for all interested firms will be held on 17 July 2001, at MLRS PMO, Redstone Arsenal, Alabama, (Bldg. 5250, Room B200), at 0900 hours. A briefing package, including complete instructions for approach preparation, will be made available to all attendees. Please contact the cognizant Contract Specialist at (256) 313-6001, or e-mail kendra.blanks@redstone.army.mil, no later than 11 July 2001 if you plan to attend. Firms who do not attend the briefing, but desire to have a copy of the material should provide their firm name, point of contact, complete address, phone number, FAX number, and e-mail address to Kendra Blanks, Contract Specialist, at (256) 313-6001, or by e-mail to kendra.blanks@redstone.army.mil. The total value for all awards under this BAA shall not exceed $20,000,000.00. This BAA is open and effective for eighteen (18) months from the date of the publication of this notice. Disclosure of and the right to use all information, including but not limited to, technical data and computer software submitted under any contract awarded hereunder shall be governed by the applicable rights in technical data clauses or other such clauses as set forth in any contracts resulting from this announcement. All responsible firms may submit approaches, which shall be considered. Respondents are asked to provide their Commercial and Government Entity (CAGE) number with their approach(s) and reference BAA number DAAH01-01-R-TB01. Potential offerors are reminded that only Contracting Officers are legally authorized to commit the Government.
- Record
- Loren Data Corp. 20010607/ASOL006.HTM (W-156 SN50O0D6)
| A - Research and Development Index
|
Issue Index |
Created on June 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|