Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2002 FBO #0039
MODIFICATION

A -- Technology Development and Performance Requirements Validation Program for the Future Gladiator Tactical Unmanned Ground Vehicle (TUGV)

Notice Date
1/8/2002
 
Notice Type
Modification
 
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
02-005
 
Response Due
1/31/2002
 
Point of Contact
Jeff Bradel, Program Officer, Phone 703-588-2552, Fax null, - Mark Chadwick, Contract Specialist, Phone 703-696-2599, Fax null,
 
E-Mail Address
bradelj@onr.navy.mil, chadwim@onr.navy.mil
 
Description
The Office of Naval Research (ONR) Autonomous Operations (AO) Future Naval Capability (FNC) is soliciting proposals from industry, academic institutions, and other agencies for the development of affordable technology solutions and the validation of performance capabilities required for the future Gladiator Tactical Unmanned Ground Vehicle (TUGV) program. The Gladiator is an unmanned, tele-operated/semi-autonomous, highly mobile ground vehicle system intended to provide the United States Marine Corps (USMC) Ground Combat Element (GCE) with a variety of mission capabilities that will allow the detection, location, and neutralization of threats while reducing its risk exposure. Examples of these desired capabilities are: reconnaissance, surveillance, and targeting acquisition (RSTA); direct fire; obstacle breaching; chemical/biological weapon detection; obscurant delivery; engineering reconnaissance; communication relay; and tactical deception. The Gladiator system will consist of a base mobility platform known as a Mobile Base Unit (MBU) controlled by an Operator Control Unit (OCU) via a radio frequency (RF) link. The MBU will have built-in RSTA equipment and will be capable of seamlessly accommodating different Mission Payload Modules (MPM's) according to current mission needs. The Gladiator must be small and lightweight enough so that two vehicle systems can be transported in the cargo area of an M1123 High Mobility Multi Purpose Wheeled Vehicle (HMMWV A2). It must be simple and durable enough to withstand extreme environments and abuse. A system weight of eight hundred (800) pounds, including payload and Operator Control Unit (OCU) has been established as a target. To be effective, the Gladiator must be capable of traversing all types of terrain, including soft soils, hills, vertical obstacles, negative obstacles, and water obstacles. The Gladiator is intended to operate in hostile areas that would normally pose substantial risk to Marines. It may be the recipient of, and engage in, direct fire activities. It must be capable of surviving threats that include small-arms (7.62 mm) fire at close range and anti-personnel mines and grenades. Since the Gladiator will suffer attrition as a result of operating in high risk environments, system affordability is of paramount importance. A target Average Unit Production Cost (AUPC) of the base system (MBU and OCU) is $150K. A complete description of system performance goals can be referenced in the document Desired Operational Performance Characteristics for a Tactical Unmanned Ground Vehicle. Concurrently satisfying the stated performance parameters in an affordable manner will be a challenge. The Office of Naval Research intends to award up to four (4) simultaneous contracts in FY02 for the first of a two-phase process to help shape the definition of the future Gladiator and, with the contractor, verify whether or not the majority of the requirements can be simultaneously and cost-effectively achieved. The Phase I efforts will involve the investigation, design, and development of unmanned ground vehicle technologies in the areas of command and control, mobility, modularity, system signature reduction, durability, and survivability, which are vital to achieving system performance goals. A preliminary system design and performance specification shall be the primary products delivered to the Government at the end of this phase and shall form the basis for a down-select decision to qualify for the Phase II. Phase I is anticipated to last ten (10) months. The next phase of the program will continue to refine the preliminary designs, identify and build candidate technology solutions, test them individually and in concert with each other, and finally integrate them together into mobility platforms called Technology Demonstration Models (TDM's) for performance testing and demonstrations. Phase II is anticipated to last fourteen (14) months. The products of the ONR contracts would then be transferred to the Marine Corps for its use in the further development of the Gladiator as a field-ready Marine Corps unmanned ground vehicle system. It is anticipated that the Gladiator program will continue, through a full and open competitive solicitation, into the System Development and Demonstration (SDD) phase to be followed by eventual production. General Information: Information such as System Description, Scope of the Program, Submission Process, Evaluation Criteria, and Proposal Format can be found in the Proposal Information Package (PIP). This information, along with the vehicle specifications and mission operational requirements, can be downloaded from the Gladiator AO TUGV program website at http://www.onr.navy.mil/auto-ops/. Questions, responses to questions, and modifications to this BAA will also be posted on this site. Submission of proposals in response to this BAA is open to industry, educational institutions, and non-profit organizations (includes not-for-profit organizations) that can sufficiently determine the optimum performance levels for such a vehicle and develop a design incorporating those performance capabilities. Although not required, teaming is encouraged to permit offerors to offer the most comprehensive performance solutions. A U.S. Government agency may offer to perform as part of an industry team. Potential offerors are advised that separate TUGV proposals may be received from some Government labs and activities and considered for funding independent of this BAA. To assist with teaming arrangements, an interactive web site has been established at http://teaming.sysplan.com/ONR-TUGV/. Organizations with specific, applicable expertise or capabilities may upload non-proprietary descriptions of their capabilities and interests to the site. The web site will remain active from the date of issuance of this BAA until the proposal due date. Specific information content, communications, networking, and team formation are the sole responsibilities of the participants. ONR will not participate in these activities other than to provide the web site forum to enable others to initiate communications. Vendors are also encouraged to leverage previous developmental work on related unmanned ground systems. This announcement, in conjunction with the Proposal Information Package, constitutes a BAA as contemplated in FAR 6.102(d)(2)(i). A formal RFP or other solicitation regarding this announcement will not be issued. Request for the same will be disregarded. ONR will not issue paper copies of this announcement. The Government reserves the right to select for award all, some or none of the proposals received in response to this announcement. All responsible sources may submit a proposal, which shall be considered under these guidelines by the Office of Naval Research. This BAA provides no funding for direct reimbursement of proposal development costs. All proposals will be acknowledged. Proposals will not be returned after evaluation. Award Information: Traditional FAR-based contract awards are anticipated. However, the Government reserves the right to award grants, cooperative agreements, or other transaction agreements to appropriate parties, should the situation warrant use of a non-contractual agreement. This acquisition does not meet the requirement for use of a Section 845 other transaction. A proposal submitted by a consortium or team must be supported by Articles of Collaboration signed by all members prior to the execution of the funded contract or assistance agreement. The Articles shall define the interaction and commitment of the proposed partners. Offerors must state in their proposals that they are submitted in response to this Broad Agency Announcement (BAA). Proposals will be protected from unauthorized disclosure in accordance with FAR 3.104-5 and 15.207. Government personnel will perform the evaluation of the technical and cost proposals. Restrictive notices notwithstanding, one or more support contractors may be utilized as subject matter experts and required to handle the technical and cost proposals submitted in response to this BAA. The support contractors will not be involved in the technical evaluation or selection of proposals for award. Each support contractor?s employee having access to the technical and cost proposals submitted in response to this BAA will be required to sign a non-disclosure statement prior to receipt of any proposal submissions. The Government intends to incrementally fund any resultant award(s). Subcontracting Plans: In connection with contract awards, Small Business Subcontracting Plans shall be prepared in accordance with FAR 52.219-9 entitled ?Small Business Subcontracting Plan?, if required, and submitted with the full technical and cost proposals. Each plan will be evaluated to determine whether it meets or exceeds the Department of the Navy?s mandated goals of 21.6% for Small Businesses concerns, 2% for HUBZone concerns, 5% for Small Disadvantaged Business concerns, 5% for Women-Owned Small Business concerns, and 3% for Service Disabled Veteran-Owned Small Business concerns. Offerors not expecting to meet mandated goals shall provide a detailed explanation along with their full proposal. When required, the plan shall be negotiated and made a part of any resultant contract. Failure to submit and negotiate an acceptable plan will make the offeror ineligible for award of a contract. Submission of subcontracting plans does not apply to small business concerns. The North American Industry Classification (NAICS) code for this solicitation is 541710 (which correspond with the Standard Industrial Classification code of 8731) with the small business size of standard 500 employees. No portion of this BAA has been set aside for small businesses, veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, women-owned small businesses, or historically black colleges and universities or minority institutions; however, their participation is encouraged. Due Date: Proposals are due on or before 2:00PM Eastern Standard Time, Thursday, 31 January 2002. Offerors must submit an original and five (5) signed copies, along with an electronic copy on a Zip disk, CDROM, or floppy in Microsoft Office word processing and graphics software (e.g., Word, Powerpoint, Excel). All submissions must be sent to the Office of Naval Research, 800 North Quincy Street, Arlington, VA 22217-5660, Attention: Mr. Mark Chadwick, Code 253, Room 720. The label should also contain the BAA number and title. A confirmation will be sent to the offeror within forty-eight (48) hours after receipt of the proposal. Questions: Technical and contracting questions pertaining to proposals shall be submitted as follows: Technical questions must be submitted by e-mail no later than 2:00 PM, Eastern Daylight Time, Thursday, 10 January 2002, to Jeff Bradel at bradelj@onr.navy.mil . Contractual questions must be submitted by e-mail no later than 2:00 PM, Eastern Daylight Time, Thursday, 10 January 2002, to Mark Chadwick at chadwim@onr.navy.mil. Any questions received after this time will not be addressed. Questions and responses will be made available to all interested parties at http://teaming.sysplan.com/ONR-TUGV/ on a weekly basis. Offerors should periodically check this site for changes and/or revisions.
 
Record
SN20020110/00012630-020109090630 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.