Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
SOURCES SOUGHT

A -- BROAD AGENCY ANNOUNCEMENT FOR RADIO FREQUENCY SENSOR SYSTEMS FOR NAVY AIRCRAFT

Notice Date
3/20/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3019
 
Response Due
3/19/2003
 
Archive Date
3/23/2003
 
Point of Contact
Benjamin Hansford, Contract Specialist, Phone 301-342-5738, Fax null,
 
E-Mail Address
hansfordbj@navair.navy.mil
 
Description
SOL - Broad Agency Announcement (BAA) N00421-02-R-3019 TITLE - RADIO FREQUENCY SENSOR SYSTEMS FOR NAVY AIRCRAFT DUE - 19 March 2003 AGENCY - NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD) (Code 2.5.1.4.4.3), Bldg 588, Suite 2, 47253 Whalen Road, Aircraft Division, Patuxent River, MD 20670-1463 POC: Ben Hansford, Contract Specialist, (301) 342-5738 Vicki Fuhrmann, Contracting Officer, (301) 757-9707 TECHNICAL POC: Steve Krasznay, Electronics Engineer, (301) 342-0041 This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). This BAA is also listed at http://www.navair.navy.mil/business/ecommerce/index.cfm (Business Opportunities/Open Solicitations). I. INTRODUCTION. The Radio Frequency (RF) Sensors Division of the Avionics Department of NAWCAD Patuxent River, Maryland is soliciting proposals for research in technologies that are applicable to RF Sensor Systems for Navy aircraft. II. BACKGROUND. The RF Sensors Division continues developing advanced systems and technologies for Naval Aviation. Many areas of application include Synthetic Aperture Radar, Multi-function Radar, advanced antennas, image & data processing, and communications. The RF Sensors Division continues to develop advanced capabilities to reduce the cost of transitioning technology into the Fleet. III. SPECIFIC AREAS OF INTEREST. This BAA is to solicit technical/cost proposals for research support in technologies that are applicable to Radio Frequency (RF) Sensor systems for Navy Aircraft. Major areas of interest include (1) Signal Processing, (2) Antennas and Propagation, (3) Information Processing, (4) Devices and Materials, (5) Radar and RF Communications Systems Engineering Methodologies, and (6) Aircraft Installation Technologies. New, innovative and creative approaches to technical problems that significantly advance radar and RF Communication system performance and improve aircraft installations are sought. Among the primary interest areas are AEW radar operating at UHF through L band and S-band, tactical radar operating at C, X, and Ku bands, synthetic aperture radar operating in X-, C-, L-, and UHF-bands, and C3I systems operating at any radio frequency throughout the spectrum. Examples of technologies include, but are not limited to, antennas, antenna array concepts, electronically scanned arrays, conformal arrays, radomes, propagation, scattering, and diffraction, rough surface scattering, computational electromagnetics (with emphasis on antenna design and antenna-platform interaction), phased array antenna concepts, electronically scanned arrays, devices and materials, remote sensor telemetry and miniaturized RF telecommunication transceivers, optical components/fiber optics, photonics and monolithic microwave integrated circuits, high power broadband T/R modules and associated subassembly/device technologies, direct digital synthesis exciter concepts, space-time adaptive processing (STAP) techniques for circular arrays, massively parallel processing architectures for multi-channel STAP, software engineering, advanced signal processing of synthetic aperture radar data, advanced image processing, data and image exploitation, moving target imaging techniques, automatic target recognition and classification, advanced signal processing concepts for multi-mode sensor operation, and equipment installation techniques solutions. IV. CONTRACT/AGREEMENT TYPE. NAWCAD is willing to consider various types of acquisition vehicles including, but not limited to, traditional FAR/DFARS type contracts and/or non-procurement agreements (e.g. Cooperative Agreements and Other Transactions). Other Transactions will be entered into under authority of 10 U.S.C. 2371 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and Section 845, Authority to Carry Out Certain Prototype Projects. Information concerning Other Transactions can be found at http://www.darpa.mil/cmo/pages/other trans.html and http://www.acq.osd.mil/ddre/research, or by contacting Ben Hansford at (301) 342-5738 or by e-mail at hansfordbj@navair.navy.mil. Final decision on acquisition type (contract/agreement) will be made by the government. NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Contract modifications may be executed to satisfy these requirements; thereby providing for flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting contract, and therefore will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. V. PROPOSAL SUBMISSION. No Request for Proposal (RFP), solicitation or other announcement of this opportunity will be made. Submit proposals in two (2) phases. A. PHASE I - White Papers Submit three (3) copies of a two (2) to three (3) page White Paper at any time during the above stated open period. The White Papers will be evaluated (at a minimum) quarterly. All proprietary portions of the White Paper shall be clearly identified and will be treated in the strictest confidence. White Papers shall identify the following: (1) BAA Number; N00421-02-R-3019; (2) Organization Name; (3) Other Team Members and type of business for each; (4) Technical Points of contact (including phone, fax, and e-mail information); (5) Administrative Point of Contact; (6) Overview of the Proposed Work to include: A summary of proposed concept (including commercial applications), an estimated timeframe for project completion, a brief description of the facilities involved, and a brief resume of the principle investigator(s); and, (7) A rough order of cost magnitude with type of acquisition vehicle (contract/agreement) being proposed, and, if applicable, the anticipated sharing arrangement. BRIEFING: The Government may request the contractor to present a technical briefing on the proposed effort(s) at NAVAIR/Naval Air Warfare Center Aircraft Division facilities, Patuxent River, MD. Although discussions with the government are permitted prior to submission of White Papers, these technical briefings are desired following the formal submission of a White Paper. The Government is not liable for any costs associated with this brief. The White Paper cover letter should discuss the contractor's willingness to provide a technical brief. The White Papers shall be submitted to the attention of Ben Hansford at the following address: Department of the Navy, Attention 2.5 Contracts Bldg 588 Ste 2, 47253 Whalen Road Unit 6, Patuxent River, MD 20670-1463. Contents of White Papers may also be submitted electronically to hansfordbj@navair.navy.mil. Confirmation of receipt is recommended for electronic submission. If interested, the Navy will contact the offeror for additional information and/or a Phase II ? Proposal (See paragraph ?B? below.) IMPORTANT INFORMATION FOR PROSPECTIVE CONTRACTORS: Registration in the DoD?s Central Contractor Registration (CCR) database will be a prerequisite for receiving an award resulting from this BAA. For more information please contact the CCR Assistance Center at 1-888-227-2423. B. PHASE II ? Full Proposal General Information: Only Offerors whose Phase I - White Paper is considered capable of meeting Program requirements will be asked to submit Phase II - Full Proposals. REQUEST FOR SUBMISSION OF A FULL PROPOSAL DOES NOT GUARANTEE AWARD SELECTION. Proposals shall be submitted in original, with the signature of an authorizing official, with three (3) copies to the address noted above. Proposal submission is not restricted in any way to any particular entity. Historically Black Colleges and Universities, Minority Institutions, Tribal Colleges and Universities, and small, HUBZone small disadvantaged, and women owned small businesses are encouraged to participate. Submit Full Proposals in two (2) volumes; VOLUME I ? TECHNICAL PROPOSAL, not to exceed twenty-five (25) pages, should include the following three sections: Section 1 - Executive Summary: Provide a brief technical and business description of the contents of the proposal. The technical area should address the proposal's technical goals, approach, and expected results. The business area should address business and/or commercial applications of the proposal technology. Section 2 - Technical Issues: Detail the technical approach, objectives, staffing and resources relating to the development of the proposed technology for military and commercial (if applicable) use; discuss specifically in realistic terms the technical objectives of this proposed effort; provide a Statement of Work (SOW) that discusses the specific tasks to be accomplished, tied to the specific approach and goals of the project; provide resumes for Principle Investigator(s) and other key research personnel; describe the current and planned facilities and equipment to accomplish the research objectives; and, give a description of past performance on similar efforts. Section 3 - Business Issues: Discuss the business issues relating to the commercial applications of the proposed development and its impact on the market; detail benefits to the Department of Defense (DoD). VOLUME II - COST/FUNDING PROPOSAL. Cost/funding proposals are not restricted in length, have no specific page layout requirements, and should address funding periods of performance. Formal work breakdown structures and certified cost or pricing data are neither required nor desired, however, NAVAIR reserves the right the request this information for proposals using FAR/DFARS type contracts. Organize Cost/Funding proposals to include four (4) sections in the following order: Section 1 - Total Project Cost: This section will give a detailed breakdown of costs of the project. Cost should also be broken for each task appearing in the Statement of Work and should include all of the proposed costs to the Government and cost shared by the offeror. Present the following information for each phase of the effort: total cost of the particular project phase; total offeror cost share (mandatory for certain "other transaction agreements" see above); funding requested from the Government; and elements of cost (labor, direct materials, travel, other direct costs, equipment, software, patents, royalties, indirect costs, and cost of money). Sufficient information should be provided in supporting documents to allow the Government to evaluate the reasonableness of these proposed costs, including salaries, overhead, equipment purchases, fair market rental value of leased items, and the method used for making such valuations. Profit should not be included as a cost element if the contract type to be awarded will be cost sharing. Section 2 - Cost Sharing and In-Kind Contributions: This section will include: (i) the sources of cash and amounts to be used for matching requirements; (ii) the specific in-kind contributions proposed, their value in monetary terms, and the methods by which their values were derived; and (iii) evidence of the existence of adequate cash or commitments to provide sufficient cash in the future. Affirmative, signed statements are required from outside sources of cash. Provide sufficient information regarding the sources of the offerors? cost share so that a determination may be made by the Government regarding the availability, timeliness, and control of these resources. For example: How will the funds and resources be applied to advance the progress of the proposed effort? What is the role of any proposed in-kind contributions? Section 3 - Cost to the Government: This section will specify the total costs proposed to be borne by the Government and any technical or other assistance including equipment, facilities, and personnel of Federal laboratories, if any, required to support these activities. The cost to the Government should be that portion of the proposed effort, which is not covered, by the contractor's portion of the cost share. The costs incurred and work performed by any DoD or national laboratory "partnering" with the offeror under the proposal shall normally be considered costs of the Government and not costs of the offeror for purposes of the cost-sharing requirement. The offeror shall present sufficient information regarding the resources to be provided by the Government so that an evaluation of their availability, timeliness, and control may be made. Section 4 - Off-Budget Supporting Resources: This section will show cash or in-kind resources which will support the proposed activity but which are not intended to be included in the total project cost. Items in this category do not count as cost share or as Federal funds, which must be matched. Examples of items to place in this category include: Commitments of cash or in-kind resources from other Federal sources, such as national laboratories, and projections of fee-based income where there is substantial uncertainty about the level which will actually be collected and where the income is not needed to meet cost-share requirements. VI. EVALUATION CRITERIA. The government will evaluate proposals responsive to any or all of the areas of interest discussed herein. Proposals will not be evaluated against each other since each is a unique technology with no common work statement. The merit of the proposal shall be determined based on the following criteria listed in order of importance: (1) The Offeror's ability to demonstrate feasibility and potential contributions of the effort to DOD priorities in RF Sensor related technologies; (2) Overall scientific and technical merits of the proposal; (3) The Offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives; (4) Proposed cost, adjusted for cost realism; (5) The Offeror's past and present performance on recent Government contracts and the capacity and capability to perform the requirements of the effort; and (6) Socio-economic merits (contracts only). For awards to be made as contracts, the socio-economic merits of each proposal will be evaluated based on the extent of commitment in providing meaningful subcontracting opportunities for small businesses, HUB zone small businesses, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small business concerns, service disable veteran-owned small business concerns, and historically black colleges and universities and minority institutions (HBCU/MI). III. AWARDS. NAVAIR is planning to make awards within the overall Program Objectives stated above (See para. II). All awards will be based on merit competition. The Government reserves the right to select all, some or none of the proposals received in response to this announcement. Any awards are subject to the availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror before award of a contract/agreement. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvantaged business, woman-owned small business concerns, and HBCU/MIs. If a full cost proposal is requested by the contracting officer, and the total exceeds $500,000, any large business is required to include a Small, Small Disadvantaged and Women-Owned Subcontracting Plan with its proposal package in accordance with FAR 52.219-9.
 
Place of Performance
Address: Naval Air Systems Command, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00045932-W 20020322/020320213355 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.