Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
MODIFICATION

A -- U.S. Army Simulation, Training and Instrumentation Command and Army Research Institute Broad Agency Announcement

Notice Date
1/14/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-01-R-0023
 
Response Due
1/28/2005
 
Point of Contact
Gloria Bailey, Contracts Specialist, Phone 407-208-8508, Fax 407-380-4164, - Doug Greenwood, Contract Specialist, Phone 407-380-4568, Fax 407-380-4164,
 
E-Mail Address
gloria.bailey1@peostri.army.mil, GreenwoodDS@stricom.army.mil
 
Description
Broad Agency Announcement (BAA), N61339-01-R-0023, was issued in the CBD on 1 March 2001, by U. S. Army Program Executive Office for Simulation,Training, and Instrumentation(PEO STRI). This notice covers Amendment A003 which incorporates a new research topic #7, COLLISION AVOIDANCE DEMONSTRATION and calls for White Paper Submissions in reference to this effort, entitled Organic Air Vehicle (OAV) Sensor Integrated Real Time Information System (OSIRIS) Program. POC: Ms. H. Michelle Kalphat, RDECOM STC Agent for DARPA. SPONSOR: Mr. Sam Wilson, Program Manager, Defense Advanced Research Projects Agency (DARPA) Tactical Technology Office (TTO), 3701 North Fairfax Drive, Arlington, Virginia 22203. Facsimile: (407) 384-3862, E-mail: Michelle_Kalphat@peostri.army.mil (email contact preferred). Contractual point of contact: NAWC-TSD Contracts Office, Attn: Ms. Vanessa Dobson, Procuring Contracting Officer, Code 25353, 12350 Research Parkway, Orlando, FL 32826. OBJECTIVE: The Defense Advanced Research Projects Agency (DARPA) Tactical Technology Office (TTO) OSIRIS project is essential in order to transition the small Unmanned Aerial System (UAS) into the Future Combat Systems (FCS) program and other DOD programs in support of deployed U.S. forces. The Organic Air Vehicle (OAV) and Micro Air Vehicle (MAV) Advanced Concept Technology Demonstration (ACTD) projects engage in advanced military research projects, which will have significant impact on the defense posture of the country. The OAV/MAV ACTD projects goal is to provide superior U.S. military systems in the areas of distributed autonomous air vehicles the ability to provide surveillance and reconnaissance to small units. These systems will improve U.S. effectiveness in deterring conventional and terrorists? warfare on both foreign and domestic territories. In pursuit of this mission, the program has to perform two main functions. The first function is the transition of this revolutionary weapon systems and associated subsystems to the appropriate military units. Secondly, the program will continue to identify and exploit new technologies, which will serve as the basis for revolutionary systems development, maintain the necessary margin of technological superiority, and provide the flexibility and option for responding to changing U.S. strategy. To facilitate this effort, DARPA TTO is soliciting white papers (technical and cost) from qualified contractors for the assessment and development of a sensor suite system highlighting advanced technology for small autonomous air vehicles that will provide situation awareness, target location, collision avoidance and operations in complex terrain. The OSIRIS Program is a 4 year DARPA initiative to develop a sensor suite system for the Organic Air Vehicle and will assess strengths and limitations of each sensor suite system based on actual field experiments under the following flight test conditions: under the canopy, MOUT, inside buildings, and inside caves and tunnels; and will develop and validate critical technology for understanding sensor suite system performance with coordinated use of small numbers of vehicles and degraded communications or sensors. The overall purpose of this research and development efforts is to enhance DoD's capabilities for enabling collision avoidance in the Government Furnished Equipment (GFE) 9 inch version of the GFE ducted fan vehicle and securing/transmitting information for battle damage assessment. ACQUISTION INFORMATION: In order to accomplish this, DARPA TTO solicits qualified offerors (teams are encouraged) to submit white papers for the development, demonstration, and delivery of a complete functional prototype collision avoidance system using the GFE 9 inch air vehicle that includes the proposed sensor system package that consists but is not limited to, mono-vision, stereo-vision (visible and IR), acoustic, LIDAR and RADAR sensor technologies. The program effort will consist of three oA provides information and data to document rationale for adopting an evolutionary or single-step strategy with cost, schedule and performance goals for the total R&D program and specific goals and test plans for the first technology spiral, which will assist in the development of the recommended technology development strategy. The AoA and TDS should provide independent assessment of the final results and document these results in the following key AoA assessment categories: 1. Important Aspects of the Study Plan Followed. a. Deviations from the planned effectiveness and cost analyses are understood and documented to conform to AoA study plan standards. b. Address how oversight guidance and all appropriate issues were addressed. c. Study Plan has been updated over the course of the study. d. Purpose and tasking were appropriate for the study. 2. Scenarios Appropriate and Approved. a. Address training scenario validation and approval. b. Scenarios used were appropriate, providing reasonable results. c. Army and Joint architectures have been considered for impact. 3. Models, Simulations and Accreditation Reasonable. a. Accreditation report covering models and data certification signed. b. Models, simulation and data worked appropriately. c. Identify models and simulation shortfall; include workarounds. 4. Final Operational Concepts Are Reasonable. a. Have the user sanction employment concepts (basing, deployment, doctrine, and other limitations, etc.) been identified? b. Verify the viability of logistics concepts (maintenance, supply, personnel, etc.). c. Account for interdependencies with existing operational live, virtual and constructive systems and key support systems (navigation, communications, weather, etc.). 5. Effectiveness Methodology Successfully Executed. a. Determine the military worth of alternatives to the user. b. Discuss effectiveness assumptions. c. Follow a logical and reasonable analysis approach. d. Evaluate a range of independent alternatives for the final analysis. f. Give a convincing rationale for early elimination of alternatives. 6. Cost Analysis Methodology Successfully Executed. a. Discuss costing assumptions. b. Identify sources for cost inputs. c. Summarize the cost review process. d. Present cost results by alternative. e. Discuss CAIV implications. 7. Presentation of Final Results Support the AoA Findings. a. Discuss the ability of the cost-effectiveness comparison methodology to differentiate among alternatives. b. Outline decision criteria and its impact in making the final selection. c. Present cost-effectiveness comparison results at the MOE level and at higher levels of aggregation if appropriate. d. Present clear and reasonable results. e. Present and interpret sensitivity analyses addressing the threats, alternative performance, etc. f. Identify and interpret methodology shortcomings relative to each alternative. g. All AoA conclusions are supported with briefed results? TECHNOLOGY DEVELOPMENT STRATEGTY: The TDS at a minimum contains the following items: a. Planned acquisition approach, including a summary of the considerations and rationale supporting the chosen approach.” To Spiral develop the Army’s LVC Integrating Architecture by leveraging the existing Army and DoD programs into a joint, seamless, interoperable Training Environment that approximates the Warfighter’s Operational Environment.” b. For the preferred, evolutionary acquisition approach, whether spiral or incremental, DoD Instruction 5000.2 requires the following details- I. A preliminary description of how the program will be divided into technology spirals and development increments; II. The limitation on the number of prototype units that may be produced and deployed during technology development; III. How prototype units will be supported; IV. Specific performance goals and exit criteria that must be met before exceeding the number of prototypes that may be produced under the research and development program. b. A discussion of the planned strategy to manage research and development. This discussion must include and briefly describe the overall cost, schedule, and performance goals for the total research and development program. To the extent practicable, the total research and development program should include all planned technology spirals or increments. c. A complete description of the first technology demonstration. The description must contain specific cost, schedule, and performance goals, including exit criteria, for the first technology spiral demonstration. d. A test plan. A description of how the first technology spiral demonstration will be evaluated to determine whether the goals and exit criteria for the Technology Development phase have been achieved. The test plan is focused on the evaluation of the technologies being matured during the Technology Development phase. This plan is distinct from the separately developed and approved Test and Evaluation Strategy discussed in detail in section 9.6.1 of the Defense Acquisition Guidebook. The Test and Evaluation Strategy takes a broader view and is the tool used to begin developing the entire program test and evaluation strategy, including the initial test and evaluation concepts for Technology Development, System Development and Demonstration, and beyond. WHITE PAPER SUBMISSIONS: Any responsible offeror capable of satisfying the needs identified in this announcement may submit a white paper. White paper submissions are encouraged as early as possible but must be received at PEO STRI no later than 1600 EDT on 28 JAN 05. No extensions will be granted. White papers must address requirements defined above and shall not exceed 10 pages in length. The white papers should address the knowledge, skills and experience of individuals performing the research; resumes are not to be submitted with the white paper. Only unclassified white papers will be accepted. The white papers shall contain a rough order of magnitude (ROM) for this effort. The white papers will be reviewed to determine that the proposed effort is within the scope and interest of this solicitation. Proposals will only be solicited from white papers deemed to best meet the program objectives. White papers will be evaluated by a technical review board using the following criteria listed in descending order of importance: (1) the overall scientific and/or technical merits of the proposal. (2) The potential contributions and/or transition of the effort to the Army simulation, training and instrumentation mission and the extent to which the research effort will contribute to high priority Army interests. (3) The skills, knowledge and experience of the proposed principal investigator, team leader, and other key personnel who are critical to the achievement of the proposal objectives. (4) The offeror's capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives. (5) The reasonableness and realism of proposed costs and fees, if any, and the availability of funds. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. To be eligible for award a white paper must be submitted. Preference will be given to Small Business offerors; further preference will be given to 8(a) Business offerors. Offerors will be notified whether or not their white paper was favorably received on or about 04 FEB 05. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or part. Upon notification, the Government will issue a request for proposal letter to the qualified offerors, who best meet the program objectives. Contractors who receive a request for proposal should be aware that potential contract award(s) will contain NAVAIR clause 5252.209-9510, Organizational Conflicts of Interest (services)(sep 1999). This clause can be located at: http://www.peostri.army.mil/BAA/home.jsp. If proposals are solicited, proposals are due no later than 1600 EDT on 07 MAR 05. The requirements for proposal preparation and submission can be found at http://www.peostri.army.mil/BAA/home.jsp. This announcement is an expression of interest only and does not commit the government to reimburse any proposal preparation cost for responding. The cost of proposal preparation in response to this announcement are not considered an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Any request for white paper or submission of a full proposal does not guarantee award. The Government reserves the right to cancel this requirement at any time and shall not be liable for any cost of proposal preparation or submission. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitutes the Government's solicitation for this effort. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. The white papers should be provided in hardcopy and electronic form. MAIL WHITE PAPERS TO: US Army PEO-STRI, Attn: Mr. Mark Jozwiak , PM FF (S), 12350 Research Parkway, Orlando, Fl 32826 no later than 1600 EDT on 28 JAN 2005. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N61339-01-R-0023/listing.html)
 
Place of Performance
Address: 12350 Research Parkway, Orlando FL 32826.
Zip Code: 32826
Country: U.S.A
 
Record
SN00777443-F 20050330/050328212516 (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.