Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
MODIFICATION

60 -- Solicits/requests proposals for the study of the aging properties of fiber optics in a Naval aircraft environment.

Notice Date
2/24/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0022
 
Response Due
3/7/2003
 
Archive Date
3/22/2003
 
Point of Contact
Darrall Lafayette, Contract Specialist, Phone (301) 757-8956, Fax null, - Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959,
 
E-Mail Address
lafayettede@navair.navy.mil, hensleraw@navair.navy.mil
 
Description
Broad Agency Announcement (BAA) N00421-03-R-0022 solicits/requests proposals for the study of the aging properties of fiber optics in a Naval aircraft environment. Responses to this BAA will be accepted at the Contracting Office for a three (3) month period from the date of this announcement and are required to be submitted in accordance with the guidelines set forth herein. Contract award will be based on a scientific and engineering evaluation of the response (technical and cost as it relates to technical effort) to determine the merit of the technical approach used. Of primary interest are studies that characterize the life expectancy of aviation grade fiber optic cables when they are placed in a Naval Aviation-like environment, which combines humidity, vibration and temperature variations into a single, all encompassing test. Naval Air Systems Command, Aging Aircraft IPT, AIR 4.1D, is interested in receiving proposals regarding the study of the aging properties of fiber optic cables in a Naval aviation environment. The situation that we are looking to characterize is as follows: Several studies have shown that moisture (humidity) can permeate certain fiber claddings in a relatively short period of time. These studies have also indicated that this may weaken the fiber as well as degrade the optical signal and the cable?s available bandwidth. Additionally, the studies show that these effects are accelerated by large temperature swings, vibration and stressing. Overall this may effect the expected lifetime of the fiber. No information concerning the lifetime of fiber in a Naval aviation environment exists in the available literature. The Joint Council on Aging Aircraft is attempting to look ahead and address areas that may be a future Total Ownership Cost issue. This study would require the analysis of aviation grade fibers placed in an environment similar to the one found in Naval aircraft in an effort to determine their aging properties. Several studies have been published in journals regarding the effects of environment - particularly moisture - on the useful lifetime of fiber. Today's fibers are being used in a number of applications including aircraft. While the aircraft environment may be similar to other stressful environments, it is different enough that we cannot adequately address this issue without a detailed study. Additionally, while the fibers in use today have been tested for individual environments, they have not been tested in a combined environmental test. The proposal will be to study possible aviation grade fibers to characterize their properties in hopes of identifying the expected lifetime of these various fibers, identify which fibers performs best over time, and to see if the aviation environment causes fibers to behave unexpectedly. This information should be useful to the Naval aviation industry and customers because it could allow for either changing their selected fiber, changing their method of installation, or planning for scheduled maintenance. The object is risk and cost reduction. Proposals may be submitted anytime during the three (3) month period following publication of this announcement. Proposals may address one or more of the concepts listed above. Proposals shall be limited to exploratory development where feasibility has already been demonstrated. More than one proposal may be submitted. Early submission is encouraged. Proposals may be evaluated as they are received or may be collected and reviewed periodically. The merit of the proposals shall be determined based on the following criteria: (1) Overall scientific and technical merit, (2) the offeror's ability to demonstrate feasibility; (3) the offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives, and (4) realism of proposed cost. Please provide a detailed breakdown of approach, available resources, proposed cost/prices, and a preliminary schedule so an analysis can be performed. Technical proposals shall not exceed twenty-five (25) pages. Contractors shall submit one (1) original and four (4) copies of their proposal to Contracts Group, Attn: Darrall Lafayette, Code 251315, NAVAIRSYSCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, MD 20670-1127. The cost of preparation of the response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. The point of contact for technical issues is Mr. Dan Slick (301) 342-2275, e-mail: slickdg@navair.navy.mil. Mr. Darrall Lafayette (301) 757-8956, email: lafayettede@navair.navy.mil is the point of contact for contractual matters. Offerors may contact these individuals, at any time, for clarification of technical/contractual issues and cost response format. In addition, a question and answer document under this BAA will reside on the following website for questions received of a general nature: http://www.navair.navy.mil/business/ecommerce/index.cfm. Offerors are cautioned that only contracting officers are legally authorized to commit the Government. For planning purposes, the period of performance is estimated to be from 3 to 6 months at a level of effort of 0.5 to 3 man-years per year for each contract. Reasonable deviations / exceptions will be considered. Contract type will be a firm fixed price completion. No formal solicitation will be issued; this BAA is the solicitation. Additional Information for Amendment 00001, under Broad Agency Announcement (BAA) N00421-03-R-0022, entitled, "Aging Properties of Fiber Optics Cable". (1) Is there any benefit for a small business to bid on this contract? For proposed awards to be made as contracts to large businesses, the socio-economic merits of each proposal will be evaluated based on the extent of the Offeror?s commitment in providing meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions. Subcontracting Plans - Successful contract proposals that exceed $500,000, submitted by all but small business concerns, will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9, prior to award." Administrative Requirements: The North American Industry Classification System (NAICS) code for this announcement is 541710 with a small business size standard of 500 employees. CCR - Successful Offerors not already registered in the Central Contractor Registry (CCR) will be required to register in CCR prior to award of any grant, contract, cooperative agreement, or other transaction agreement. Information on CCR registration is available at The CCR Web site, which may be accessed at http://www.ccr.gov/. For additional information, please read the CCR Online help. (2) We wanted to know if there is a preferred format that you would like our proposal to be presented in? For example, do you want the cost proposal laid out a certain way? Do you require a list of equipment and personnel? There is no preferred format, however, the proposal shall provide information on (i) Overall scientific and technical merit, (ii) the offeror's ability to demonstrate feasibility; (iii) the offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposed objectives, and (iv) realism of proposed cost. Please provide a detailed breakdown of approach, available resources, proposed cost/prices, and a preliminary schedule so an analysis can be performed. Technical proposals shall not exceed twenty-five (25) pages. (3) This BAA will be extended until 7 March 2003, 2:00 p.m. EST.
 
Place of Performance
Address: TO BE DETERMINE
Country: USA
 
Record
SN00264274-W 20030226/030224213551 (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.