Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS

A -- R&D AND CAD/PAD TECHNOLOGIES FOR AIRCREW ESCAPE SYSTEM

Notice Date
November 14, 2001
Contracting Office
101 Strauss Avenue Indian Head, MD 20640
ZIP Code
20640
Solicitation Number
BAA-02-001
Response Due
December 14, 2001
Point of Contact
Karen Tindley, 301-744-6385 tindleyka@ih.navy.mil
E-Mail Address
caryce@ih.navy.mil (caryce@ih.navy.mil)
Description
A -- BROAD AGENCY ANNOUNCEMENT (BAA #02-001) FOR R&D AND CAD/PAD TECHNOLOGIES FOR AIRCREW ESCAPE SYSTEM APPLICATIONS. POC Ms. Karen Tindley, Contract Specialist, Code 1142J, 301-744-6385. The Indian Head Division is seeking proposals for Advanced Development of Delay Cartridges and Initiators used in various CAD/PAD Aircrew Escape System Applications. Proposals shall address the following technology: Incorporation of very precise time delay concepts while maintaining the form, fit, and function of current fleet delay cartridges and initiators. Specifically, current fleet time delay cartridges utilize pyrotechnic materials to provide a specific delay once system input is given. These pyrotechnic delay cartridges have time tolerances of between 8% and 25% over the system required temperature range of -65: F to 200: F. In addition, these pyrotechnic time delay cartridges are t ime life-limited items requiring maintenance change-out at the end of their useful lifetimes. This request is seeking alternate concepts, which provide precise event timing (less than 1% tolerance over the temperature range) and longer installed lifetimes than the current pyrotechnic delay cartridges. This Announcement provides suppliers the opportunity to propose alternate concepts that the Government will evaluate through a joint USN/USAF Design Verification Test (DVT) program and Service Release Test (SRT) program. Successful completion of these programs will allow efficient implementation of the selected design(s) into fleet use. Organizations wishing to participate in this program must submit a proposal to IHDIV, NSWC by 14 December 2001, 4:00 p.m. Eastern Time. Proposals may contain multiple tasks; however, each task must include a specific deliverable as each task may be considered separately for award. The proposal should include one or more of the following tasks: (a) a concept demonstration phase (including a matrix for sub-component functional tests), (b) a DVT phase (including approximately fifty (50) cartridges of a frozen design being subjected to temperature, vibration, and shock environments prior to functional testing), (c) an option to perform an SRT phase (including approximately two hundred (200) cartridges being subjected to the environmental and functional testing IAW MIL-C-83125 -- Table I), and (d) a second option to provide the initial production lot (including approximately two hundred (200) cartridges of the final delay cartridge design for fleet evaluation). It is the government s intention to award up to two contracts resulting from this BAA. Specific deliverables, delivery schedules, and contracts will be negotiated with successful offerers whose concepts are selected for award. All proposals submitted under this request shall be considered as Government property and treated as Competition Sensitive materials. The Government may select to negotiate for unlimited data rights for the development work performed under the resulting contracts. Proposals: Proposals submitted shall include the following sections: (a) cover page including title and both technical and administrative points of contact, (b) a summary of the total proposal briefly describing the tasks performed, the deliverables, the costs, and the benefits of the concept, (c) a detailed description of each task, not to exceed twenty (20) pages for all tasks proposed (excluding cost/price data) which includes the following: (1) Statement of Work detailing the scope of the effort, including a schedule, proposed under each Task, (2) a list of information and government furnished equipment (GFE) required, (3) a description of deliverables and their benefit to the project, (4) a detailed cost breakdown by Task as described in the cost paragraph, (5) two options: one for SRT quantities of the selected design and the second option for an initial fleet production lot of the selected design, (6) detailed schedules for the basic proposal and for each option including milestones and a time/cost profile, (d) a description of the offerer s facilities, key personnel, and experience in the areas of interest (not to exceed ten (10) pages) . The cost proposal shall contain the following elements: 1. Cost: Direct Labor Each spreadsheet is to list by title, the labor categories that the Offeror intends to use for performance of the contract and number of labor hours proposed. 2. Subtotal Direct Labor 3. Labor Overhead The offeror is to indicate the base amount that is used to apply the labor overhead rate. If more than one labor overhead rate is proposed, or if offeror has other indirect labor rate(s).i.e., separate fringe benefits rate(s), offeror is to so indicate in the cost proposal spreadsheet, along with the base amount. 4. Subtotal Labor Overhead 5. Total adds the subtotal amounts for direct and labor overhead with the resultant calculation indicated. 6. Other Direct Costs The offeror shall include any estimated amounts for Material Costs, Travel Costs and/or Associate/Consultant Costs. Fee is prohibited for any Other direct costs. 7. Grand Subtotal adds the totaled amount for labor and overhead to totaled amount for Other Direct Costs and material handling, or other indirect rate, if applicable. 8. G&A The offeror is to indicat e the base amount that is used to apply the general and administrative G&A) rate. If more than one G&A rate is proposed, or if the offeror has other indirect rate(s) the offeror is to so indicate in the cost proposal spreadsheet, along with base amount to which any G&A rate(s) with the resultant amount indicated. In the narrative portion of offeror s cost proposal, offeror is to state the base(s) for application of G&A(s) rate(s). 9. Subtotal adds the amount for G&A to the previous subtotal. 10. Fee- A fee percentage shall be identified to apply to the subtotal. 11. Grand total -- add the Subtotal and fee total together to reach the Grand Total. Evaluation of proposals: Each task will be evaluated using the following criteria: (a) Overall technical merit of the proposed concept, considering performance, design, risk, safety, reliability, system integration, mainten ance, producability, with emphasis on previous testing conducted and reported in the proposal of each offerer, (b) potential contribution of the proposed concept to overall escape system performance (i.e., event timing of less than 1% tolerance over the temperature range), (c) the offerer s facilities and experience, (d) qualifications and applicable experience with current delay cartridge technology and alternate concept proposed, (e) total realistic cost to the Government for the proposed effort and SRT/production options. Other Information: This program is unclassified. All offers will be considered. The Government will not cover any costs for the proposal preparation. Organizations wishing to participate in this program should submit proposals (three (3) copies) to the Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave., Indian Head, MD 20640-503 5, Attn: Ms. Karen Tindley, Code 1142J, Bldg. 1558 by 14 December 2001 by 4:00 p.m. Eastern Time. The technical representative for this announcement is Mr. Thomas J. Blachowski, Code 5230H, 301-744-2362 of the CAD Research and Development Branch.
Web Link
http://www.ih.navy.mil/contracts (http://www.ih.navy.mil/contracts)
Record
Loren Data Corp. 20011116/ASOL012.HTM (D-318 SN513019)

A - Research and Development Index  |  Issue Index |
Created on November 14, 2001 by Loren Data Corp. -- info@ld.com