Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SOLICITATION NOTICE

A -- Integrated High Payoff Rocket Propulsion Technology

Notice Date
4/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, Commander, NAWCWD, Code 210000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-02-R-0051
 
Response Due
4/11/2003
 
Archive Date
5/28/2002
 
Point of Contact
Doreen Robbins, Procuring Contracting Officer, Phone (760) 939-9665, Fax (760) 939-4241, - Jerry Manley, Contract Specialist, Phone (760) 939-4273, Fax (760) 939-4241,
 
E-Mail Address
robbinsdp@navair.navy.mil, manleyja@navair.navy.mil
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA desires industry participation in the Integrated High Payoff Rocket Propulsion Technology Program. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102 (d) (2). Proposal submission is not restricted in any way to any particular entity. Responses from all responsible sources will be considered. 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. The North American Industry Classification System (NAICS) code for this BAA is 541710 with the small business size of 1000 employees. REQUIREMENTS: Responses to this announcement are sought to develop an advanced technology base for rocket propulsion concepts and components aimed at supporting the Integrated High Payoff Rocket Propulsion Technology (IHPRPT) program. Although not mandatory, it is highly recommended that a prospective offeror have either a government coordinated Advance Rocket Propulsion Plan (ARPP), or develop an ARPP prior to or in conjunction with abstract submittal, or have a documented working relationship with a company possessing a government coordinated ARPP to ensure IHPRPT relevance of any proposed technology. Information regarding the IHPRPT program in general and the ARPP process are available from Mr. Scott Fuller, NAWCWD, 760-939-7481, FullerST@navair.navy.mil . The Navy wishes to identify and explore innovative and new concepts, principals, or processes in the area of tactical solid rocket motor propulsion technology. Proposed concepts and technologies can address all components of a solid rocket motor system or individual components (structure, nozzle, propellant, insulation materials, thrust management devices, [TVC], etc). Proposals can address either surface launched or air launched tactical missile applications. The proposed technologies should address IHPRPT Phase II or Phase III goals for increasing delivered energy and mass fraction. However, individual technologies do not have to meet IHPRPT Phase II/III goals by themselves. A fusion of individual technologies is desired for insertion into an IHPRPT Phase II/III tactical solid rocket motor demonstrator. Individual proposals are desired in the following ranges: Total funding is estimated at $750,000 - $2,000,000 per award with a period of performance 2 - 4 years. INSTRUCTIONS: This BAA consists of two separate steps. Step 1 requires the submission of proposal abstracts and Step 2 requires full proposals. Abstracts are initially sought to preclude unwarranted effort on the part of an offeror in preparing full technical and cost proposals without an initial assessment of the technical feasibility of the concept. Step 1 - Proposal abstracts should be limited to 2 pages plus 1 cover page. Abstracts shall identify the following: (1) BAA number N68936-02-R-0051, BAA title and date, title of abstract; (2) Organization name; (3) Other team members, if any, 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 clear discussion of the concept and associated technologies being proposed; an estimated timeframe for project completion; a brief description of the facilities involved, and brief resume of the principal investigator(s); and (7) a yearly rough order of cost magnitude of price including major cost drivers. The original and two copies of the Step 1 proposal abstracts should be submitted by 4PM PST, May 28, 2002 to Commander, Naval Air Warfare Center Weapons Division, Code 210000D, Bldg. 02483, Attn: J. Manley, 1 Administration Circle, China Lake, CA 93555-6100. Any proposal abstracts received after this cutoff time may not be reviewed in the initial cycle of technical reviews. Therefore, awards based on abstracts received after the cutoff time will be based on the available amount of funding. All abstracts will be acknowledged via e-mail. Abstracts will not be returned after evaluation. Offerors submitting the most promising abstracts will be encouraged to submit a full technical and cost proposal on all or part of their abstract submission. However, any such encouragement does not assure a subsequent award. Any offeror may submit a full proposal even if its abstract was not identified as promising or if no abstract was submitted. Abstract evaluations will consist of a scientific and engineering assessment in accordance with the evaluation criteria described below. STEP 2: Full proposals shall consist of two separate sections, one for Technical and another for Cost. Both of these sections shall reference the BAA number and include the offeror's project title. Titles given to the abstracts/proposals should be descriptive of the work they cover and not merely a copy of this solicitation. The technical portion of the full proposal should include the following: (1) The proposal's technical goals, approach, and expected results; (2) Description of past performance on similar efforts with dollar values, contacts, and contact phone numbers. Past performance information will also include cost/price performance information including those internal controls that ensured the offeror did not exceed the cost/price. If costs were exceeded or prices were adjusted, provide the reasons and state the systemic improvement actions taken and current controls now in-place to prevent future recurrences; (3) Schedule and deliverables; (4) Statement of Work (SOW) that discusses the specific tasks to be accomplished, tied to the specific approach and goals of the project (should not include any proprietary information to allow for incorporation into a contract award); and (5) Resumes of the principal investigator and other key personnel. The cost portion of the proposal should fully segregate costs by cost category and should include the following cost items, if appropriate: direct labor, fringe benefits, indirect labor, materials, subcontracts, travel and other direct costs, G&A, cost of money, and fixed fee. Direct labor should show each individual labor category with associated hours and specific unburdened labor rate. All indirect costs (including fringe, indirect labor, G&A, and COM) should show base amount and rate. Details/explanation of all other cost items should be given in this section. The cost section should be accompanied by a completed certification package entitled "Representations and Certifications for Contracts". This certification package can be obtained from Jerry Manley by email at manleyjm@navair.navy.mil. A Small Business Subcontracting Plan prepared in accordance with FAR 52.219-9 must accompany contract proposals (full proposals) that exceed $500,000 submitted by all large businesses. The original and 2 copies of each proposal shall be submitted to Commander, Naval Air Warfare Center Weapons Division, Code 210000D, Bldg. 02483, Attn: J. Manley, 1 Administration Circle, China Lake, CA 93555-6100. The Government reserves the right to select for contract award any, all, part or none of the proposals received in response to this announcement. Responses to this announcement should be unclassified. All proprietary portions of the abstract shall be clearly identified and will be treated in the strictest confidence. EVALUATION CRITERIA - A scientific and engineering evaluation will be conducted on all proposals received. The purpose of this evaluation is to determine the relative merit of the technical approach proposed in response to this announcement. This evaluation shall consider technical aspects and cost as related to technical effort. The same criteria will be used for the abstracts and the full proposals. The technical evaluation area will be ranked as first priority in the evaluation. The cost area, while considered substantial, will be second in priority. The technical evaluation will be based on the following criteria. Criteria 1 and 2 are of equal importance to each other and most important in the technical area. Criteria 3, 4, and 5 are also of equal importance to each other, but are of less importance than criteria 1 and 2. The Technical area criteria are: 1. Soundness of offeror's technical approach with regards to feasibility of the project, probability of the technology being a viable candidate for selection/application into an operational system, and understanding the scope of the technical effort. 2. Past Performance as it relates to demonstrated past/present performance, delivery schedule performance, and cost/price performance. 3. Relevance of the proposed effort to the achievement/demonstration of the goals of the Integrated High Payoff Rocket Propulsion Technology program. 4. Innovation and creativity of the proposed solution to meeting the technical objectives as stated. 5. Capability of the offeror to successfully accomplish the proposed effort, which includes the availability of the necessary resources such as experienced and competent technical and management personnel, and the availability, from any source, of required laboratory, shop, and test facilities. Organization and clarity of information are critical to all of the evaluation criteria for both abstract and the full proposal. Cost, which includes consideration of proposed budgets and funding profiles, and cost elements as they relate to the technical effort are the second evaluation area. The cost evaluation criterion consists of realism and reasonableness of proposed costs. No further evaluation criteria will be used in selecting the abstracts and proposals. The technical and cost information will be evaluated at the same time. Anticipated type of contract to be awarded is cost-plus-fixed-fee. Anticipated award dates range from November through December 2002. Offerors should state that their proposals would be valid for 180 days from submission. This BAA is open for one year from the issuance date of this announcement and proposals will be given consideration during this period. However, as stated previously, submission of abstracts by the initial cutoff time will ensure technical review with consideration of current allotted funding profiles. The cost of preparing abstracts and proposals in response to this announcement is not an allowable direct charge to any resulting contract or any other contract. The Navy reserves the right to amend this BAA to allow for subsequent submission dates for abstracts. This announcement constitutes the only published solicitation for this requirement. A formal Request for Proposal (RFP) will not be issued. Request for Proposal letters will be sent only to those offerors participating in Step 1 and selected in accordance with the abstract evaluation criteria. Offerors should be alert for any BAA amendments that may be published. Note: Offerors are advised that only Contracting Officers are legally authorized to commit the Government. All responsible sources may submit an abstract and proposal that shall be considered.
 
Place of Performance
Address: TBD
 
Record
SN00056531-W 20020412/020410213342 (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.