COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 9, 2001 PSA #2952
SOLICITATIONS
A -- A -- SMART WIRES SYSTEM
- Notice Date
- October 4, 2001
- Contracting Office
- Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
- ZIP Code
- 22217
- Solicitation Number
- 02-002
- Response Due
- November 2, 2001
- Point of Contact
- Mike Kiley, Program Officer, Phone 703-696-0843, Email kileym@onr.navy.mil -- Lajuana Moody, Contract Specialist, Phone 703-696-2103, Email moodyl%40onr.navy.mil
- Description
- The Department of the Navy currently expends between one and two million maintenance man-hours annually troubleshooting and repairing aircraft wiring. Additionally, the occasional aircraft fire resulting from faulty wiring can have catastrophic results in terms of loss of life and repair or replacement cost of aircraft. The desired capability will reduce the likelihood of aircraft electrical fires, reduce the time required to isolate wiring faults, reduce erroneous equipment removals and permit economic replacement of aging wiring systems.=20 The Office of Naval Research (ONR Code 332) is soliciting white papers for diagnostic technologies suitable for insertion into wiring systems of military aircraft and in military equipment in general. Submissions should offer technology solutions that can be completed during the 2002-2004 timeframe and ready for insertion into operational systems no later than 30 September 2004. =20 Proposed solutions should be fully compatible with current Naval aircraft electrical installations and operationally suitable (i.e. weight, power source, etc). Additionally, solutions must adhere to an "open systems" (i.e. non-proprietary) approach as defined by the Open Systems Architecture for Condition Based Maintenance (OSA CBM; http://www.osacbm.org ). All white papers should briefly discuss the feasibility of integrating the proposed solution to wiring systems/weapons systems other than aircraft (ships, submarines, ground vehicles, autonomous vehicles).=20 This effort will be conducted in one phase, consisting of a two to three-year period of performance. It is anticipated that total available funding will be between $2M- $2.5M. Level of year by year funding will be at the discretion of the government. Offerors submitting the most promising white papers will be encouraged to submit full technical and cost proposals on all or part of their white paper submission. However, any such encouragement does not assure a subsequent award. It is expected that one proposal will be selected for award, but the Government reserves the right to make additional awards.=20 White papers submitted in response to this announcement should address the technology requirements and issues covered in this announcement. Offerors must state that their White Paper is submitted is response to BAA 02-002. The government reserves the right to select for award all, some or none of the submissions. White papers should include/address the following: 1. Cover page labeled "White Paper", with BAA title and date, submitter's organization; administrative and technical POCs with contact telephone numbers and email addresses. 2. Limited to five pages with font size no less than 12. Cover page will not count against the page limit. 3. Technical, performance, integration and cost issues. Cost shall include consideration of Total Ownership Costs (TOC) of technology solution if selected and successfully inserted. Offerors who are encouraged to submit full proposals based upon a review of their white papers should be prepared to offer expanded TOC analysis. =20 4. A performance period not to exceed three years 5. Technical discussion should demonstrate: a. Offeror's understanding of aircraft wiring and wiring maintenance issues with respect to Department of the Navy (DoN) aircraft b. Objectives of the proposed effort c. Technical issues to be resolved and technical approach d. Technology transition and commercialization plan 6. Management section should include a list key personnel and their relevant personal and organizational experience. Submit a one-page curricula vitae for principal technical investigator, project manager and additional senior technical personnel (CVs do not count against page limit) 7. Any teaming arrangements should be discussed=20 8. Cost discussion should include cost breakdown to include use of consultants or subcontractors White Papers will be reviewed using the following criteria, which are listed in decreasing order of importance: 1. Potential for economic benefit=20 2. Understanding of naval aircraft wiring maintenance issues and naval aviation maintenance 3. Technical merit 4. Potential for commercialization=20 5. Qualifications of key personnel Full proposals will be limited to a maximum of fifteen pages and should address the following: 1. Relevant technical background including the scope of effort and statement of work (SOW) with specific requirements to be addressed and tasks to be performed 2. Detailed technical approach with rationale 3. Description of technologies, products and performance metrics 4. Description of transition plan and technology transfer path 5. Personnel credentials identical to those for the white paper requirement 6. Details of any formal teaming arrangements 7. Cost, schedule and milestones for the proposed work, including task-by-task cost estimates and cost share (if any) Proposals will be evaluated using the same criteria and weights used in evaluation white papers. White papers and full proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law and DoD/DoN regulations. Offerors are expected to mark each page containing proprietary information. This BAA does not provide funding for white paper or subsequent proposal development effort. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation be issued. Due Dates Submit an original and three hard copies, (fax copies will not be accepted) along with an electronic copy on CD or floppy disk of white papers, to Dr. Mike Kiley, Office of Naval Research, Code 332, 800 North Quincy Street, Arlington, VA 22217-5660, not later than 2:00 PM (local time) on Friday 2 November 2001. Offerors submitting the most promising white papers will be encouraged to submit full technical and cost proposals on all or part of their white paper submission. However, any such encouragement does not assure a subsequent award. An offeror may submit a full technical and cost proposal even if its white paper was not identified as promising, but the chance of award is not high. Only those offerors who submit white papers which are received by the due date and time above will be eligible to submit full proposals. All white papers will be acknowledged and will not be returned after evaluation. Specific ONR recommendations in response to the white papers and more information on submission of full proposals will be provided to offerors on or about 26 November 2001. Three paper copies and one electronic copy of the full proposal, technical and cost, are due not later than 2:00 PM (local time) on 17 December 2001. The Materials S&T Division of ONR will evaluate all white papers and proposals submitted. Award is expected to be completed by January 2001. For general guidance on proposal submissions to ONR, see: http://www.onr.navy.mil/scripts/02/howtosubmit.asp#proc. The Navy encourages development of appropriate technical partnerships. Teaming between industry, universities and naval laboratories is encouraged to help insure rapid transition of technology and products to the Fleet. Government agencies will not be in direct competition with industry. Costs where a government lab is included as part of the team should be predicated on separate award by ONR to the government lab. White papers may include proposed cost shares with the government, either of cash or in-kind assets. Cost sharing is encouraged. Award Information Traditional FAR-based contract awards are anticipated. However, the Government reserves the right to award grants, cooperative agreements, or other transactions agreements to appropriate parties, should the situation warrant the use of a non-contractual agreement. This acquisition does not meet the requirement for use of a Section 845 other transaction agreement. Proposals submitted by a consortium or team require Articles of Collaboration signed by all members prior to execution of the Agreement. The Articles shall define the interaction and commitment of the proposed partners. Offerors must state in their white papers and full proposals that they are submitted in response to this Broad Agency Announcement (BAA).=20 For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on extent of commitment to providing meaningful subcontracting opportunities for small business, HUBZone small businesses, small disadvantaged businesses, woman-owned business concerns, veteran-owned small businesses, historically black colleges and universities and minority institutions. The NAICS code for this solicitation is 541710 (which corresponds with the standard industrial classification code of 3721) with the small business size standard of 1500 employees. In accordance with FAR Part 52.219-9, contract proposals that exceed $500,000, submitted by other than small business concerns, must be accompanied by a subcontracting plan that separately addresses utilization of small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned business concerns, and veteran-owned small businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MIs) are encouraged to submit or join others in submitting white papers and proposals. The Government may require the negotiation and execution of a Technology Transition Agreement (TTA) with any selected awardee prior to the date that a formal contract or other funded agreement is signed. The TTA is intended to ensure that the research and development in the proposal is likely to result in a scientific improvement that will transition to the Navy?s operating forces. For questions of a technical nature, interested parties should contact Dr. Mike Kiley (contact information provided on page 1). Contracting related questions regarding this BAA should be sent to Ms. Lajuana Moody (contact information provide on page 1). For information on the DoN S&T Future Naval Capabilities programs access https://donst.nrl.navy.mil/donst/open/open-fnc.html This announcement constitutes a Broad Agency Announcement as interpreted under the Federal Acquisition Regulations FAR 6.102 (d)(2). The government reserves the right to select all, some or none of the proposal received in response to this announcement. All responsible sources may submit a proposal, which shall be considered under these guidelines by ONR.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/ONR/ONR/02-002/listing.html)
- Record
- Loren Data Corp. 20011009/ASOL002.HTM (D-277 SN50Z9Y7)
| A - Research and Development Index
|
Issue Index |
Created on October 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|