Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOURCES SOUGHT

A -- Develop and demonstrate technologies to detect,access,render safe, and dispose of unexploded ordnance (UXO)

Notice Date
1/13/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAA04002
 
Response Due
3/25/2004
 
Point of Contact
Renee Brown 301-744-6653 Georgia Warder 301-744-6679
 
E-Mail Address
Email your questions to warderga@ih.navy.mil
(warderga@ih.navy.mil)
 
Description
The Naval Explosive Ordnance Disposal Technology Division has a need to develop and demonstrate technologies to detect, access, examine, render safe, and dispose of unexploded ordnance (UXO). White Papers/Full proposals for exploratory development are sought in the following areas: 1) Locate hidden devices: Locating an improvised device in a closed area is currently accomplished using remotely operated video cameras. The insertion of these cameras by teleoperated vehicles through cut access holes in the enclosure may cause initiation of anti-intrusion devices. Sensors that can unobtrusively localize these devices are required. 2) Devices to safe electronic fuzes: The preferred methods of rendering any item safe are to place the fuzing in the safe position or remove the fuzing from the item entirely. Advances in the development of Electronically Safed and Armed Fuze (ESA F) devices will drastically change the capabilities required by the EOD technician. The ESAF tool will be designed to allow the technician to easily "turn off" the fuzing of the system. The technician needs a universal tool that can interrogate the ESAF device and send signals to the ESAF device to safe itself. 3) Detection/Location of Explosives: The state-of-the-art techniques used to detect and locate energetic materials are not sufficient to positively identify the presence of explosives in improvised devices. Manual searches are time consuming and present physical danger to personnel. Dogs are effective but must be trained, maintained, and are not always available when needed. Current electronic sensors do not provide the same level of capability as dogs. New sensors must be developed and fielded that can detect trace and bulk explosives. 4) Ensure UXO/IED is inact ive: The advent of ESAF devices will yield fuzes that cannot be readily inspected because of their solid-state configuration. Electronic monitoring devices are needed to determine the state of these fuzes. 5) Examine improvised devices without actuating sensors: The equipment currently used by the EOD technician to examine an improvised device could cause initiation of advanced anti-tampering sensors. New examination sensors and techniques are needed that counter this threat. 6) Detect standoff munitions: The next generation of area denial munitions will be capable of detecting and attacking targets from stand off distances due to internal sensors or command initiation. These munitions must be detected from beyond this stand off distance to ensure the safety of the EOD technician. Detectable characteristics of these munitions such as low frequency radio waves can be resea rched and appropriate detector sensors developed. 7) Examine standoff munitions: Some weapons contain sensors that function the munitions when a target is detected. These weapons currently use magnetic influence fuzes, trip wires, IR sensors, and will likely incorporate more sophisticated sensors in the future. The weapons must be interrogated from a standoff distance to ensure the safety of the EOD technician. Electronic counter-sensors and special techniques should be developed to determine the configuration and status of standoff weapons from a safe distance. 8) Robotic arm: Multi-articulated robotic arm and robotic support technology development to aid in rendering safe explosive devices. 9) Tactile technology: Technology to allow EOD technicians to feel sensations encountered by robotic arms. 10) Electro active polymer actuators: Develop electro active polymer actua tors for use in robotic propulsion and/or robotic arms. 11) Recognition of underwater targets: Current EOD detection systems provide the user with data that are not filtered or enhanced to alert the operator to possible targets. Aural data provide the user with a wealth of information but the human processing system is unable to distinguish between targets without a large amount of training and constant use of the device. Visual data are supplied to user on a standard visual display terminal, usually in gray scale. The user becomes easily fatigued and must review printed copy of the data to ensure all possible targets are identified. Advances in signal processing and sensory presentation could be used to alert the operator to possible targets. General Requirements for White Papers and Full Proposals: White Papers/full proposals shall be submitted to the following ad dress: NAVSEA Indian Head Surface Warfare, Attn: Bldg. 1558, 101 Strauss Avenue, Indian Head, MD 20640-5035. White paper/full proposal submissions must be in hard copy, with one (1) original copy and eight (8) photocopies. White papers/full proposals submitted electronically or by fax will not be considered eligible. Each offeror should submit a cover sheet with its white paper/proposal. This cover sheet, which will not be counted against any page restrictions referenced in the Broad Agency Announcement (BAA), should include the BAA number BAA 04-002, name, address, telephone number, fax number, and email address for the technical and business points of contacts on the project. White Papers: Interested offerors are requested to submit a white paper, the purpose of which is to preclude unwarranted effort by the offeror in preparing a full technical and cost proposal n ot considered to be responsive. Each white paper is limited to five pages in length and may address only one of the above areas. The white paper will consist of three primary sections: Technical, Managerial, and Cost. The Technical section shall state which category is being addressed and shall consist of clear descriptions of objectives, technical issues which must be resolved to accomplish objectives, approach to resolving these issues, and particular prior experience of offeror in the targeted technology area. The Management portion shall include key personnel (include curriculum vitae), experience, facilities and a plan of action with milestones. The Cost portion shall include a cost breakdown of the effort being proposed. The effort should not exceed three years in length and the total cost should not exceed $1,500,000. White papers are due to the address listed abo ve by 1600 (EDT) on 25 March 2004. It is anticipated that the evaluation of the white papers will be completed and disseminated to offerors by 18 April 2004. Full Proposals: Full proposals shall consist of three separate sections, one for Technical, one for Management, and one for Cost. All sections shall reference the BAA number and include the Offeror?s project titles. Titles given to the white papers/proposals should address the areas that are being proposed. Further details regarding the format and timing requirements for the full proposals will be sent with notification to submit the full proposals. It is anticipated that full proposals will be due in the May 2004 timeframe. It is anticipated that final award selections will be made by 15 June 2004. Evaluation of white papers/full proposals: Evaluations will be conducted using the following selection crit eria, which are listed in descending order of importance: (1) Overall scientific and technical merits, (2) The understanding of EOD requirements and the technical/scientific innovation and risk to solve the requirement, (3) Potential for transition to fleet/field capability, (4) The Offeror?s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives, (5) The qualifications, capabilities, and experience of the proposal Principal Investigator, team leader or key personnel who are critical in achieving the proposal objectives, (6) Proposed cost and fees. The socio-economic merits of each proposal seeking a procurement contract will be evaluated in the context of the requirements described in this announcement. The evaluation process will consider the extent of commitment in providin g meaningful subcontracting opportunities for small businesses, HUB Zone small businesses, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small businesses, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation, 541710 (which corresponds with the standard industrial classification code of 8731), specifies a small business size standard of 500 employees or less. 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 but small businesses. Entities that must submit a Small Business Subcontracting Plan for contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black College s and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and/or join others in submitting proposals. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or functionally separable areas of this technology for exclusive competition among these entities. Other BAA Information: This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Offerors should state in their proposals that it is submitted in response to BAA 04-002 Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Awards to successfu l offerors may be made at any time throughout the year following the date of this published announcement, based on funding availability. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. The Government will not pay for proposal preparation costs. The cost of preparing proposals (including white papers and oral presentations) in response to this BAA is not allowable as a direct charge to any contract resulting from this BAA or to any other Government contract. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. For more information regarding technical matters, please contact: Scott Stewart, Code 5023, NAVEODTECHDIV, (301) 744-6850, ext 292. For more information regarding contractual matters, please contact: Renee Brow n, Code 1143E, NAVSEA IHD, (301) 744-6653, brownrm@ih.navy.mil. .
 
Web Link
http://www.ih.navy.mil/contracts
(http://www.ih.navy.mil/contracts)
 
Record
SN00503231-W 20040115/040113212302 (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.