Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

A -- Broad Agency Announcement for technical trade studies under the United Kingdom/United States Countermine Project Arrangement

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY05R0005
 
Response Due
4/11/2005
 
Archive Date
6/10/2005
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) W909MY-05-R-0005, soliciting proposals in support of technical trade studies under the United Kingdom/United States of America Project Arrangement (PA) concerning Countermine Capabilities for Medium/Future Forces, has been posted on the Single Face to Industry website, https://abop.monmouth.army.mil. The BAA is sponsored by the U. S. Army Research Development and Engineering Command (RDECOM), Communication - Electronics Research, Development and Engineering Center, NVE SD, Ft. Belvoir, VA and the UK Defence Science and Technology Laboratories (Dstl). This BAA is issued under provisions of paragraph 6.102(d)(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive selection of r esearch and development proposals submitted in response to this announcement. The United Kingdom (UK) Ministry of Defence (MOD) and United States (US) Army have signed a PA concerning Countermine Capabilities for Medium / Future Forces (PA # A-PA-UK-2003-0 107). The focus of the PA is collaborative science and technology advancement leading to the development of a bilateral technology demonstrator. This demonstrator will establish a capability baseline for embedded, vehicle mounted mine detection, neutrali zation, and marking for the Medium / Future Forces. The effort for this Project Arrangement will focus on key requirements and needs for anti-tank or anti-vehicle (AT/AV) mine detection neutralization, and marking. The military operational scenario will b e on-route (primary and secondary roads) clearance specifically to demonstrate day and night capability to open and maintain lines of communications against AT/AV mine threats. The intent is to ensure mobility of forces under different operational environ ments. A system of systems approach is envisioned that may include precision AT/AV mine detection, confirmation of a mine location, marking of the mine location and safe lanes, and mine neutralization (destruction) capacities. A goal of this PA is to det ermine the best approach (within the system of systems model) to accomplish all missions with the optimum ground vehicle platform(s) and mission payloads. The Project Arrangement is split into three phases of effort. Phase I involves the generation of a s et of desired capabilities, which are agreed upon by consensus of UK and US counterparts. This work has been conducted on a Government-to-Government basis and will be made available to successful bidders. Under Phase II, technical trade-off studies are to be performed in order to select the best technological approach to meet the desired capabilities from Phase I. The competitive Phase III will select one or more system integrators to build a technology demonstrator for the technologies that, after review of the trade studies, are deemed most likely to meet the PA requirements. This BAA is soliciting proposals for Phase II of the PA. The Offeror shall propose various sensors, combinations of sensors, neutralization techniques and marking capabilities matur ing in the next 3-5 years; potential technical trade-off studies and combinations of those sensors and other technology demonstrator components, that may satisfy the desired system level capabilities of Phase I of the aforementioned Project Arrangement. D ata generated under this BAA will be delivered with unlimited rights and shared under US and UK intergovernmental agreements. Phase I, which has been completed, generated the following capabilities matrix: Detection Accuracy: 10cm (Minimum), 5cm (Goal); Ro ute Width: 4 meters (Minimum), 6 (Goal); meters (4m road and 2m side); Detection ROA: 15 kih (Minimum), 30 kih (Goal); Residual Threat: 5% (Minimum), 3% (Goal); Casualties to system:10% or less (Minimum), 5% or less (Goal); Depth (mine overburden): 13cm (Minimum), 20cm (Goal); Mine Marking (Physical):10cm (Minimum), 5cm (Goal); Safe Lane Marking (Physical): 50m (Minimum), 25m (Goal); Visible markers: 95% for 24 hours (Minimum), 98% for 24 hours (Goal); Reporting Accuracy: 30cm (Minimum), 10cm (Goal). The UK and US Government will be conducting field collections with existing sensor hardware at locations in the US as well as in the UK. These data will be provid ed to the selected Contractor(s) after award to aid in the analysis of alternative technologies. There will be no hardware deliverables and no requirement for the selected Contractor(s) to collect data. Prior to submittal of proposals, questions concerni ng technical issues may be directed to the attention of the NVESD and Dstl Countermine Subject Matter Experts (SME). Background information can be found at http://conference.brtrc.com/ukus/. The selection for contract award will be based on a scientific and engineering peer review evaluation of proposals. The business and contractual aspects, including cost, will also be considered as a part of the evaluation. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. The purpose of the evaluation will be to determine the relative merit of the technical approach proposed in each response to the BAA. The proposal preparation instructions, specific evaluation criteria, and other general term s and conditions are set forth in the BAA. Since there will be no other formal request for proposal or any further solicitation document issued in regard to this BAA, interested parties should be alert for any amendments to this BAA that may be published on the IBOP website. This BAA will be open until 1 April 2005. Offerors should download the BAA solicitation W909MY-05-R-0005 from the Army Single Face to Industry Interactive Business Opportunities Page (IBOP) website, https://abop.monmouth.army.mil. In order to be able to access the BAA, and su bmit a proposal, a contractor must first be registered on the IBOP. A CAGE Code and DUNS number are required to complete registration for proposal submissions. The process could take several days to finalize the registration and contractors are encourag ed to register as soon as possible. The US and UK plan to conduct one-on-one meetings with potential offerors in the US from 1-4 March 2005 and in the UK from 8-11 March 2005. Offerors should contact the Contracting Officer to schedule these meetings. Questions concerning contractual, cost or pricing, or proposal format matters may be directed to the below listed Contracting Officer or to the Contract Specialist, Nicole Wohl, via phone 703-325-2854 or email: nicole.wohl@cacw.army.mil. CECOM Acquisition Center Contracting Officer: Ms. Peggy A. Melanson, ATTN: AMSEL-AC-WA-D, 2461 Eisenhower Ave, Room 1126, Alexandria, VA 22331-0700, Tel: 703-325-6096 (DSN: 221-6096), Fax: 703-428-1658, Email: peggy.melanson@cacw.army.mil; NVESD Countermine Division SME : Mr. Pete Howard, AMSRD-CER-NV-CM-GVA, 10221 Burbeck Road , Fort Belvoir, Virginia 22060-5806, Tel: 703-704-2636 (DSN: 654-2636), Fax: 703-704-2467, Email: pete.howard@nvl.army.mil; Dstl Countermine SME : Ms S Phillips, Dstl Fort Halstead, Sevenoaks, K ent, TN14 7BP, UK, Tel (0) 1959 89 2586, Email: saphillips@dstl.gov.uk.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00738336-W 20050123/050121212301 (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.