Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

B -- Unmanned Aerial Vehicle Battlelab Broad Agency Announcement #2

Notice Date
7/13/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
BAA-UAVB-05-002
 
Response Due
6/9/2006
 
Archive Date
6/10/2006
 
Point of Contact
David Huber, Contracting Officer, Phone 702-652-3366, Fax 702-652-3367, - David Huber, Contracting Officer, Phone 702-652-3366, Fax 702-652-3367,
 
E-Mail Address
david.huber@nellis.af.mil, david.huber@nellis.af.mil
 
Description
NOTE: This is a modification to BAA-UAVB-05-002. In paragraph B, "INTRODUCTION," of original BAA, the closing date was listed as 9 July 2006. This date was incorrect, and should read 9 June 2006. No other changes have been made to this BAA. A. THIS IS A BROAD AGENCY ANNOUNCEMENT (BAA-UAVB-05-002) FOR UNMANNED AERIAL VEHICLE SENSE AND AVOID CAPABILITY. B. INTRODUCTION Federal Aviation Administration (FAA) Regulation 7610.4 states remotely operated aircraft (aka UAVs) must have ??equivalent level of safety, comparable to see-and-avoid requirements for manned aircraft? in order to operate like manned aircraft in the National Air Space (NAS). The capability must be effective against all air traffic, with or without active, transponder-based collision avoidance systems. The capability must interact with -- but not replace -- other safety of flight mechanisms used by manned aircraft. Currently, no onboard ?sense and avoid? capability exists. UAVs operating in the NAS must obtain Certificates of Authorization, a cumbersome process, and/or use either chase planes or ground-based observers. The Operational Requirements Documents (ORDs) for both RQ-4 (Global Hawk) and MQ-1 (Predator) require operation in the NAS. The UAV Battlelab is interested in any systems that would be able to perform the ?sense and avoid? function while adhering to the size, weight and power constraints of a Predator-class aircraft. The system must have at least an area of coverage 110 degrees right and left of centerline and plus or minus 15 degrees of flight line. The UAV Battlelab invites concept papers with preliminary cost estimates to satisfy the requirements for the ?sense and avoid? function described above. This BAA is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of technology demonstration proposals. Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369 ?The Competition in Contracting Act of 1984.? Concept papers in response to this announcement shall be submitted to 99 CONS/LGCC, marked for BAA-UAVB-05-002, 5865 Swaab Blvd., Bldg. 588, Nellis AFB NV 89191-7063. Electronic submission of concept papers may be made to david.huber@nellis.af.mil by attaching the document to e-mail. Responses should reference the above BAA number and provide contact information (name, phone number, e-mail address, etc.). This announcement is effective and open until 9 JUNE 2006. Concept papers in response to this announcement may be submitted at any time during this period. There will be no other solicitation issued for this topic and interested parties should be on the alert for any BAA amendments that may be published. C. OBJECTIVE (1) Technical Description: The proposed concept will be based on the demonstration of a MATURE TECHNOLOGY. All responses to this BAA will be evaluated for applicability to the aforementioned need. D. ADDITIONAL INFORMATION Potential offerors are requested to provide their Commercial and Government Entity (CAGE) Number and reference number BAA-UAVB-05-002 with their submissions. Potential offerors are required to register their company information at www.ccr.gov before any contracts can be awarded to that company. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to apply. E. CONCEPT PAPER PREPARATION INSTRUCTIONS Every effort will be made to protect the confidentiality of the concept paper and any evaluations. The submitter must mark the concept paper with a protective legend IAW FAR 3.104-5. Offerors are strongly encouraged to submit concept papers, not to exceed five (5) pages, to the electronic addresses listed in section A of this announcement. However, if you do not have the capability of transmitting the concept paper electronically, submit three (3) copies, not to exceed 5 pages, of the proposed concept to Captain David Huber at the address in Section A of this BAA. The concept paper shall be formatted as follows: Section A: Title, Submitter, Date, E-Mail Account, Phone#, Fax #, Organization/Office Symbol, Address; Period of Performance, Rough Order of Magnitude (ROM) cost of effort. Section B: Proposed Solution summarizing the system and how it will enhance UAV operations. Section C: Support components required for demonstration to include hardware, software, data, facilities, and training. Section D: Identify similar contracts to include the point of contacts current telephone # and address. For papers marked proprietary, the offeror shall submit a non-proprietary title and summary, not to exceed one (1) additional page. Those solutions found to be consistent with the intent of the BAA and of interest to the Government may be invited to submit a complete technical and price proposal. AN INVITATION BASED UPON A SUBMITTED CONCEPT PAPER DOES NOT ASSURE THAT THE OFFEROR WILL BE AWARDED A SUBSEQUENT CONTRACT. F. BASIS FOR AWARD (1) Concept papers will be evaluated as they are received based on acceptability or non-acceptability without regard to other concepts submitted under this announcement. Concept papers will be evaluated under the following criteria listed in descending order of importance: (a) Technical merit of the proposed concept. (b) Proposed cost. (c) Maturity of technology. All three areas, (a) through (c), will be evaluated at the same time during the evaluation process. No further evaluation criteria will be used in selecting the concept papers. (2) Anticipated Period of Performance: Average duration of demonstrations will be up to 15 months from time of award through complete evaluation and demonstration of the operational concept. However, some initiatives may require more resources depending on complexity of the concept. Type of contract(s) expected: Firm-Fixed Price (Unless another contract type is determined by the contracting officer to be more appropriate). Primary appropriation type: Operations and Maintenance. G. POINTS OF CONTACT Questions on the objectives or preparation of the technical proposal should be addressed to: Captain David Huber, Contracting Officer, email: david.huber@nellis.af.mil, Phone (702) 652-3366, Fax (702) 652-3366, address: 99 CONS/LGCC, 5865 Swaab Blvd, Bldg. 588 Nellis AFB, NV 89191-7063. Technical Point of Contact Capt Patrick Kelly, Engineer, Phone 702-652-0346, Fax 702-652-0159, Email Patrick.kelly@nellis.af.mil
 
Place of Performance
Address: Nellis AFB and/or Indian Springs Air Force Auxiliary Field, NV
Zip Code: 89191
Country: U.S.A.
 
Record
SN00846214-W 20050715/050713212051 (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.