Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

A -- BROAD AGENCY ANNOUNCEMENT: NAVAL AIR VEHICLE PROPULSION TECHNOLOGY

Notice Date
10/2/2002
 
Notice Type
Solicitation Notice
 
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-0297
 
Point of Contact
Jeffrey McCoy, Contract Specialist, Phone (301) 757-9730, Fax (301) 757-0200, - Maggie Hayden-Stone, Team Lead/Contract Specialist, Phone (301) 757-9734, Fax 301-757-0200,
 
E-Mail Address
mccoyjc@navair.navy.mil, haydenme@navair.navy.mil
 
Description
Naval Air Systems Command, Propulsion and Power Engineering Department, AIR4.4T, 22195 Elmer Road, Patuxent River, Maryland 20670-1534 A - BROAD AGENCY ANNOUNCEMENT: NAVAL AIR VEHICLE PROPULSION TECHNOLOGY - *BAA NO. 01-00. POC, Naval Air Systems Command, Propulsion and Power Engineering Department, (AIR 4.4T), 22195 Elmer Road, Bldg 106, Unit ID 4, Patuxent River, Maryland 20670-1534 . Broad Agency Announcement: The Naval Air Systems Command (NAVAIR), Propulsion and Power Engineering Department, Science and Technology Office (AIR 4.4T) is interested in receiving proposals for technologies that will significantly increase the mission performance, operational capabilities, reduce the total ownership cost, and improve system readiness of Naval Air Vehicles. Specifically needed is 1) research for advanced gas turbine propulsion component and materials technologies for Fighter/Attack Aircraft Engines, Patrol/Surveillence and Rotary Wing Aircraft Engines, Missile and Unmanned Aerial Vehicles (UAV), and Uninhabited Combat Air vehicles (UCAV) Engines. The performance, life, and cost goals for these research efforts shall be consistent with the DOD/NASA Integrated High Performance Turbine Engine Technology (IHPTET) Initiative and Versatile Advanced Affordable Turbine Engines (VAATE) Initiative, and the Tri-Service Reliance Science & Technology and Joint Directors of Laboratories Aeropropulsion Sub-Panel Joint Service Program Plans. Other topics include development of Prognostics, Diagnostics, and Health Monitoring systems for propulsion, power and drive systems; development of Navy propulsion component and subsystem technologies applicable to fleet engines and near term upgrades/derivative engines which reduce fuel consumption; development of Advanced Electrical Power and Thermal Management technologies; Innovative concepts that facilitate integration of expendable turbo-ramjets into cruise missile airframes; Assessment of Potential Costs and Benefits Of +100 Additives to Naval Aviation, Assessment Of Potential Benefits Of Additives Specifically To Reduce Emissions of Naval Aircraft, and Development of a Contaminated Fuel Detector for Navy Aircraft Refueling Operations. Detailed information is provided in the NAVAIR publication ?Guide to Naval Aircraft Propulsion and Power Technology Development Programs for Fiscal Year 2003?. The aforementioned guide can be found at: http://www.navair.navy.mil/business/ecommerce/solicitation_view_action.cfm?Sol_No=N00421-02-R-0297 Requests for this publication can also be made by mail to: Propulsion and Power Engineering Department, AIR 4.4T, Bldg 106, Unit ID 4, 22195 Elmer Road, Patuxent River, Maryland 20670-1534. This notice constitutes a NAVAIR Broad Agency Announcement (BAA) contemplated in FAR 6.102(D) (2). This announcement will be open for one year after it appears in the Fed Biz Opp?s (http://www.fedbizopps.gov/). Initial Proposals and Proposals can be submitted any time during this period. Initial proposals (as described below) need to be coordinated with the appropriate technical area leader and may result in a request for a formal proposal. This is needed to reduce unnecessary proposal preparation work for efforts that may not be of interest to the Navy, or because of the uncertainty of program budgets. Evaluations will be conducted by panel of government experts using the following criteria: (1) understanding the problem, including the ability to plan and implement the program and formulate pertinent objectives; (2) soundness of technical approach, including ability to integrate the proposed technology, adequacy of analysis and degree of technology advancement; (3) allocation of resources, experience and management, including facilities, personnel and (4) past performance in similar efforts, specific areas to be evaluated are quality of product or services, timeliness of performance, and cost control; and (5) and the proposed cost and cost realism. No further criteria will be used in the evaluation. The technical and cost information will be evaluated at the same time. Further details on these criteria are contained in the aforementioned Guide. Selection for award will be based on the potential benefit to the Government weighed against the cost of the proposals, in view of the availability of government funds. Cost plus fixed fee, cost sharing, and cost contracts are anticipated. Other types of contracts may be proposed, but offerors are advised that the Government is under no obligation to accept. Since many aspects of the IHPTET/VAATE initiative are classified, the offerors and their personnel may need to possess security clearances up to and including the secret level for contracts associated with IHPTET/VAATE, contemplated under this announcement. Specific reporting (DD1423) requirements shall be specified within each contract award. At a minimum all offerors will be required to submit the following reports: a) Detailed Planning Report; b) Progress Report; c) Financial Reports; d) Test Plans; e) Program Reviews; f) Presentation Material; and g) Final Report. Proposal submission process, format and content, as well as deliverable items are delineated in the above mentioned NAVAIR Guide. Initial proposals (IPs) should not exceed 30 pages in length, including a cost estimate. BRIEFNESS IS DESIBRABLE - IPs RANGING FROM A FEW PAGES TO 15 PAGES ARE THE NORM. Cost estimates in IPs for stand-alone subsets of effort are encouraged. Offerors of those IPs found to be consistent with the intent of the BAA will be invited to submit a formal cost and technical proposal. An invitation does not assure an offeror of a subsequent contract award. One original and three copies of each IP, and later, if invited, of each formal cost and technical proposal are to be submitted. IPs and Proposals shall be submitted to the Naval Air Warfare Center Aircraft Division, AIR 4.4T, Bldg 106, Unit ID 4, 22195 Elmer Road, Patuxent River, Maryland 20670-1534. There will be no formal Request For Proposal (RFP) or other Solicitation issued with regards to this requirement. The Navy reserves the right to select for award any, all, part of, or none of the responses received and intends to incrementally fund any resultant contract(s), depending on available funding. The BAA is an expression of interest only and does not commit the Government to pay any proposal preparation costs for responding to this BAA. Responses should be forwarded at no cost to the Government. The cost of preparing proposals in response to this announcement is not considered an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. Educational institutions, Small Business concerns, Small Dis-Advantaged Business concerns, Women Owned Small Business Concerns, Historically Black Colleges and Universities, and Minority Institutions are especially encouraged to submit proposals for consideration under this BAA. Note: Only the Contracting Officer is authorized to award government contracts.
 
Record
SN00180645-W 20021004/021002213413 (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.