Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

A -- Over-The-Horizon (OTH) Radars

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAA 02 004
 
Point of Contact
Donna M. Chaney (301) 744-6656 Donna M. Chaney, Contract Specialist, Code 1141A, (301) 744-6656, Fax (301) 744-6546, email
 
Description
The Indian Head Division, Naval Sea Systems Command in collaboration with the Counterdrug Technology Development Program Office (CDTDPO) is soliciting white papers for the investigation and development of new technologies in the areas of Over-The-Horizon (OTH) radars. The proposed capabilities should demonstrate promising technologies that will significantly improve the performance of Over-The-Horizon-Radar. Consideration for the Broad Agency Announcement (BAA) will be given to new and innovative advances in system algorithms, architectures, hardware and software. Specific areas of interest are as follows: (1) Noise and Clutter Mitigations including but not limited to Traveling Ionosphere Disturbance mitigation (TID) and Range Coincident Spread Doppler Clutter (SDC). (2) Boat detection and tracking for vessels in the area of 30-120 ft in length including Go Fast Boats and Fishing Trawlers. WHITE PAPERS: White Papers should describe the task or tasks the offer proposes to address and the innovative advances that will be implemented to enhance the OTH radar as well as any intended resources that may be used for testing or data collection. In addition to technical content the white paper should include estimated cost of the task(s) to be completed. White papers should also include a description of the offeror?s experience on similar projects and applicable qualifications. White papers received within 30 days of the publication will be considered for initial FY02 funding. CDTDPO anticipates that initial contractor selections will be made promptly after the initial announcement. Offerors may submit separate white papers on any or all of the specific areas of interest. It is the policy of the Indian Head Division, Naval Sea Syste ms Command to treat all proposals as competitive information and to disclose the contents only for the purpose of evaluation. The purpose of the white papers is to preclude unwarranted effort on the part of an offeror in preparing a full proposal. Do not submit a formal proposal at this time. Any offeror whose white paper is found to be consistent with the intent of the BAA will be invited to submit a full cost/technical proposal. An invitation to submit an in-depth proposal does not assure that the submitting organization will be awarded a subsequent contract. This BAA should not be construed as commitment or authorization to incur cost in anticipation of a contract. The Government reserves the right to select any or none of the responses received and is not bound to make an award. White papers submitted will be evaluated as they are received. Individual proposal e valuations will be based on acceptability or non-acceptability without regard to other proposals submitted under the announcement. The white paper should be formatted as follows: Section A: Title, Period of Performance, Cost of Effort, and Name of Company; Section B: Task Objective; Section C: Technical Summary; Section D: Cost Summary. Offerors are required to submit six (6) copies of ten (10) pages or less of the white paper with a cover letter. The cover letter and white paper should reference Broad Agency Announcement Number BAA 02-004. The white paper should be an UNCLASSIFIED document. Multiple white papers within the area of interest of this announcement may be submitted. In the interest of equity, papers exceeding the 10-page limit will not be considered for further review. White papers shall be submitted to Donna Chaney, Code 1141A, 101 Strauss Avenue, Ind ian Head, MD 20640-5035.. FULL PROPOSALS: ( TO BE SUBMITTED ONLY IF DIRECTED BY THE GOVERNMENT) Proposals may be extensive and broad in scope but should be structured around 6 to 12 month periods with clearly defined conclusions at the end of each period. Proposals submitted within 12 months after publication of this BAA will be considered for award if funding is available. Proposals may include multiple year options that extend beyond the initial 12-month period, but duration of the selected efforts shall not exceed 36 months. The following sections shall be addressed in the full proposal: (A) Executive Summary, (B) Technical Objective/Approach, (C) Past Performance and (D) Cost/Funding Estimates. Proposals shall conform to the stated format and include the following information: Executive Summary shall include: (1) title page- clearly labeled ?Proposal ? including the BAA points of contact along with telephone and facsimile numbers and signed by the authorized officer; (2) a one page summary of the technology and deliverables; (3) a one page summary of the schedule and milestone; and (4) a one page summary of any proprietary claims to results, or system developed for or supporting this proposal. The Technical Objective/Approach Section shall include: (1) a statement of work clearly detailing the scope and objectives of the effort and, any specific contractor requirements ? if any portion of the effort is predicated upon the use of government owned resources of any type, the contractor shall clearly identify the resource(s) required, the date the resources are required, the duration of the requirement, the sources from which the resources may be acquired, if known and (2) a technical approach with description of the results, products, and transferable technology expected from the project. The Past Performance Section shall include a brief overview of previous qualifications, accomplishments and work closely related to this effort. The Cost/Funding Estimate(s) shall include a one page cost and fee summary, and detailed cost breakdowns by option year (fiscal year), by task or sub tasks of labor hours by labor category and tasks/sub task, material, travel, computer or other direct or indirect costs. Offerors should submit proposal(s) (original and two hard copies) to Indian Head Division, Naval Surface Warfare Center, Attn. Code 1141A (Donna Chaney), 101 Strauss Avenue, Indian Head, MD 20640-5035. To be considered in the initial contract award period, proposals should be submitted by offerors within 30 days of notification that their white paper was found to be consistent with the BAA. Evalu ation of proposals will be performed using the following criteria in order of importance: (1) the overall scientific and technical merits of the proposal, (2) the potential contribution in the development of OTH radars, (3) innovativeness of the proposal, (4) the ease of integration with other products, (5) offeror?s capabilities and related experience (6) offeror?s past performance, and (7) realism of the proposed costs and availability of funds. The criteria used to evaluate the proposals will also be used to determine whether the white papers submitted are consistent with the intent of this BAA. Technical consideration will be given greater weight than cost in the selection decision. Procurement contracts, grants, cooperative agreements, or other transactions may be awarded to those offerors whose proposals are deemed to be the most advantageous to the Government. Al l white papers/proposals submitted to the Indian Head Division, Naval Sea Systems Command shall be considered government property. NOTE: All offerors will be ineligible for award unless they have registered in DOD?s Central Contractor Registration Database. This announcement solicits the participation of all offerors capable of satisfying the governments needs. The government will not cover any costs associated with proposal preparation, nor pay, as a direct expense, preparation cost on awarded contracts.
 
Web Link
http"http//ih.navy.mil/contracts/
(http://ih.navy.mil/contracts/)
 
Record
SN00086238-W 20020602/020531213455 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.