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
1/30/2003
 
Notice Type
Modification
 
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
3/1/2006
 
Point of Contact
Vanessa Dobson, Contract Specialist, Phone 407-380-4348, Fax 407-380-4164,
 
E-Mail Address
vanessa_dobson@peostri.army.mil
 
Description
Broad Agency Announcement (BAA), N61339-01-R-0023, was issued in the CBD on 1 March 2001, by the Research Development Engineering Command Simulation Technology Center (RDECOM),U. S. Army Program Executive Office for Simulation, Training and Instrumentation Command (formerly STRICOM) and the Army Research Institute (ARI). This notice is in reference to the original synopsis of 26 August 2003, which calls for White Paper Submissions in reference to the research effort entitled, "Special Reconnaissance Simulator Research & Development Project." This request for research effort has been cancelled in it's entirety. Those participants who submitted white papers in reference to this call will be provided written notification of this cancellation. discrete phases. White papers are solicited to develop and demonstrate a functional (non-form factored) prototype MAV sensor system for detecting/sensing, and avoiding obstacles with the 9 inch air vehicle In response to the white paper evaluation, the Government intends to select no more than five (5) offerors to participate in Phase I. Phase I will be approximately 6 months duration and will culminate in a preliminary design that specifies the particular sensor system technology being recommended to include design and performance considerations and tradeoffs. For the proposed systems, focus should be on control algorithms, how the decision process is accomplished, integration of sensors into the vehicle, and a well defined path towards Phase II and Phase III demonstration requirements. At the completion of the Phase I Preliminary Design Review (PDR), the government will select two or more offerors to continue with Phase II. Only those offerors selected from Phase I will participate in Phase II. Phase II will be approximately 18 months in duration and will culminate in a demonstration of the collision avoidance system integrated in the GFE 9 inch air vehicle flying in and around buildings in a MOUT-like environment under limited GPS conditions. At the end of Phase II, the government will select one contractor to continue the Phase III portion of the requirement. Phase III will be approximately 2 years in duration and will focus on sensing, deciding and collision avoidance movement of the air vehicle in tunnels and caves. The system will exploit, but not be restricted to mono-vision, stereo-vision, acoustic, LIDAR and RADAR. White papers must address requirements for all 3 phases and shall not exceed 7 pages in length, to include all pages. Only unclassified white papers will be accepted. Since the Phase II portion will only be considered from those offerors that are selected to accomplish the Phase I work, all white papers need to include Phase II and Phase III efforts as priced options. It is DARPAs intent to distribute the Interface Control Document (ICD) for the MAV to those offerors invited to participate in the Phase II portion of this requirement. 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. Subsequently, offerors will be notified whether or not their white paper was favorably received. 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. White papers will be evaluated by a technical review board considering the following criteria listed in descending order of importance: (1) innovative and creative technical approaches; (2) understanding of the technical issues and risks; (3) soundness of the technical and management approach; (4) offeror's relevant experience, facilities and availability of qualified, experienced technical personnel; (5) organization, clarity and thoroughness of the proposal. Cost reasonableness and realism will be assessed, but this assessment is of a lower priority than the technical evaluation. This announcement solicits white papers from the widest number of offerors, including qualified corporations, research centers, universities, FFRDCs, and DOE laboratories. Offerors are encouraged to provide other creative and /or innovative ideas/solutions to stated objectives contained in this announcement as part of the white paper approach... Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement constitute the Government's solicitation for this effort. Any awards resulting out of this announcement may take the form of traditional FAR/DFARS type contracts, cooperative agreements and Other Transaction Agreements. No portion of the BAA will be set aside for Historically Black Colleges and Universities (HBCU) or minority institution (MI) participation due to the impracticality of reserving discrete or severable areas of the solicited tasks for exclusive competition among the entries. ORGANIZATIONAL CONFLICT OF INTEREST: Each proposal shall contain a section addressing the following: Awards made under this announcement are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then it shall so state in this section. It is the policy of DARPA to treat all white papers/proposals as competitive information, and to disclose the contents only for the purposes of evaluation. The Government intends to use non-government personnel of SRS Technologies, Inc. located in Arlington, VA as special resources to assist with the logistics of administering the proposal evaluation and providing selected technical assistance related to proposal evaluation. Support personnel are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign the Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractor personnel for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. WHITE PAPER/PROPOSAL SUBMISSION: White paper submissions are encouraged as early as possible but must be received at RDECOM STC no later than 28 February 2003. No extensions will be granted. The White Paper length is limited to 7 pages total, to include all pages. To be eligible for award a white paper must be submitted. Offerors not submitting a white paper will not be eligible to receive an award. Favorable notification of white papers will be accomplished by 31 March 2003. Upon notification, the Government will issue a request for proposal letter to the qualified offerors, who best meet the program objectives. Proposals must be submitted in accordance with the Proposal Preparation Instructions contained in the Supplemental Package. Proposals that do not meet the specified format described in this solicitation will not be considered for award. Proposals submitted by fax or electronic mail will not be considered. Unclassified questions regarding this announcement should be directed to http://www.peostri.army.mil/BAA/OSIRIS/home.jsp . A Frequently Asked Questions (FAQs) compilation including DARPA responses will be posted on the BAA Website every Friday for the time period between the Industry Day Briefing to Offerors and the deadline for submission of proposals. Be advised that periodic access to the http://www.peostri.army.mil/BAA/OSIRIS/home.jsp is essential for obtaining updated documentation and the latest information regarding this requirement. Specific details presented about the requirement will be available in a Supplemental Package at http://www.peostri.army.mil/BAA/home.jsp. Other postings may also be made as deemed appropriate. Phase I Awards are anticipated during June 2003. The first round of evaluations will take place beginning on or about 30 days after issuance of this publication. Unclassified white papers should be mailed to RDECOM STC, Attention: H Michelle Kalphat, 12423 Research Parkway, Orlando, FL 32826. Offerors anticipating submittal of classified proposals should contact the Security Officer, Bill Osborne at 407-384-3540, for further guidance. 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. Proposals submitted shall be in accordance with this announcement and the more detailed information/requirements provided at http://www.peostri.army.mil/BAA/home.jsp. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. SPONSOR: Defense Advanced Research Projects Agency (DARPA), Tactical Technology Office (TTO), 3701 N. Fairfax Drive., Arlington, VA 22203.Point of Contact: H. Michelle Kalphat, RDECOM STC Agent for DARPA OSIRIS Program, Phone 407-384-3862, Fax 407-384-5454, Email: Michelle_Kalphat@peostri.army.mil ? Oscar Randall, Senior Contract, Specialist, Phone (407) 380-4408, email oscar_randall@peostri.army.mil and .Vanessa Dobson, Contracting Officer, Phone (407) 380-4348, vanessa_dobson@peostri.army.mil Fax number: (407) 380-4164 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2003). 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)
 
Record
SN00777445-F 20050330/050328212517 (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.