Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
MODIFICATION

A -- DEVELOPMENT FOR TECHNOLOGIES FOR UNMANNED UNDERSEA VEHICLES (UUV)

Notice Date
7/14/2005
 
Notice Type
Modification
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002405R6309
 
Response Due
1/26/2006
 
Point of Contact
James E. Watkins 202-781-3957 MaryAnn Keyser 202-781-3957
 
Description
This Broad Agency Announcement (BAA) is available on both the Federal Business Opportunities (FBO) web site located at http://www.eps.gov or http://www.fedbizopps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Program Executive Office Littoral Mine Warfare - Unmanned Undersea Vehicle Program Office (PMS 403), Washington Navy Yard, Washington, DC, is soliciting new and innovative concepts in the development and demonstration of technologies applicable to UUVs. The growing use of unmanned systems in the air, on the ground, or underwater continually demonstrates new possibilities/capabilities to maintain our naval forces? maritime superiority around the world. One can conceive scenarios where UUVs sense, track, identify, target, and destroy an enemy -- all autonomously within the full net-centric battlespace. The long-term UUV vision is to have the capability to (1) deploy or retrieve devices; (2) gather, transmit, and act on all types of information; and (3) engage bottom, volume, surface, air or land targets. To this end, the Navy is soliciting proposals in the following areas: (1) Autonomy. Autonomy is needed to support long, complex missions in unpredictable or harsh environments. It includes the need to make independent decisions based on the mission goals, environmental conditions, and remaining energy on-board. Additional needed capabilities include the need to avoid obstacles and entanglements, to react to changes in ambient conditions, and to engage in group behavior when multiple UUVs act as a team. (2) Energy and Propulsion. Low-cost, high energy density, reliable, safe, long-duration easily recharged or refueled power sources are needed. Energy source for air-independent power is desired to minimize the size, cost, and signature of the energy and propulsion system. Advanced energy and propulsion, in combination with other UUV technologies, will enable the use of smaller vehicles that reduce cost in the long term while providing greater performance. (3) Advanced Sensors and Sensors Processing. All UUV missions depend on the effective use of sensors. Development in the sensor area needs to be concentrated in increasing area coverage rate (ACR), improving classification and identification capabilities, employment and packaging of low-power electronics, non-traditional tracking techniques, and multi-threat chemical, biological, nuclear, radiological, and explosive (CBNRE) sensors. (4) Communications and Networking. Real-time, or near real-time, RF communications of sensor data from the vehicle in operational sea states is needed. Acoustic or other (e.g. laser) underwater communication technologies to provide communications at useful data rates and provide navigation aids on demand are desired. (5) Launch and Recovery. Launch and Recovery (L&R) is a key feature of any UUV system, and it is closely related to the vehicle size and host platform characteristics. Development of innovative multi-platform L&R concepts, as well as deployment and possible recovery of payloads from host UUV, are desired. (6) Engagement and Intervention. The development of technology is necessary to support net extraction. Engagement and intervention techniques are required for a wide range of missions, particularly those requiring long transits and interactions with targets. The UUV missions envisioned may require solutions that range from non-lethal to neutralization. (7) Modeling and Simulation. Modeling and simulation are needed for UUV mission planning and reconstruction, vehicle testing, software design and testing, and training. This BAA will be open for one year from the date of the announcement. Proposals may be submitted at any time within that period. Contracts and ?other transactions? may be awarded, as appropriate, and will be limited by funding availability. Therefore, early submission of proposals is desirable and encouraged. Navy evaluation will commence after 1 March 2005 and initial awards are anticipated in third quarter FY05. Proposals should be submitted to: COMMANDER, Naval Sea Systems Command, ATTN: Code 02635, M. Lea McDaniel, 1333 Isaac Hull Avenue, S.E., Washington Navy Yard, Washington, DC 20376. Contracting Point of Contact is M. Lea McDaniel, telephone (202) 781-2928, e-mail mindy.mcdaniel@navy.mil This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i); there will be no formal request for proposals (RFP) or other solicitation in regard to this announcement. Because both the technical and cost aspects of an offeror's submission will be evaluated at the same time, it is desirable that one volume containing all information be submitted. In presenting the proposal material, prospective offerors are advised that quality of the information is significantly more important than the quantity. Therefore, offerors are requested to confine their submissions to essential matters, providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. Offerors may submit their proposals (two paper copies and ten electronic copies on CD using Microsoft Office 2000 or earlier). Respondents must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. Proposals shall consist of one volume consisting of the technical proposal, management approach, andcost. The technical proposal is limited to 20 pages exclusive of the Statement of Work (paragraph (7), below) and cost information, which has no page limit. Pages are to be 8.5 x 11 inch, single-sided. Minimum font is 10 point. Succinct proposals are desired. The technical portion shall consist of the following sections, each starting on a new page: (1) A cover page, including proposal title, technical and administrative points-of-contact along with the telephone and facsimile numbers, followed by a letter signed by the authorized officer specifying the proposal validity period (at least 120 days); (2) An Executive Overview of the proposed technologies and/or concepts as well as any innovative claims for the proposed research, and how they will contribute to and support the objectives of a technology evaluation and demonstration; (3) A detailed technical proposal of the primary precepts of the concept with appropriate elaboration as to the ingenuity associated with the co! ncept. This section shall not exceed 10 pages. (4) A summary of the deliverables including data associated with the proposed research. (5) A summary of the schedule and milestones for the proposed effort that can be traced to the Work Breakdown Structure (WBS). (6) A one-page WBS. (7) A succinct Statement of Work clearly detailing the scope and objectives of the work and, if any, specific contractor requirements. The statement of work should only document the specific work to be performed as discussed in section (3) above. Any disclosure of information as relating to the merits of the concept included in the Statement of Work but not included in the detailed technical proposal required by paragraph (3) above will not be considered for award selection. If any portion of the proposed effort is predicated upon the use of Government-owned resources of any type, the contractor shall clearly identify: the resources required, the date the resource is required, the duration of the r! equirement, the source from which the resource may be acquired, if known, and the impact on the effort if the resource is not provided. (8) A description of the results, products, and transferable technology expected from the contract. This section should specifically address any intellectual property claims associated with the outcome of this effort. (9) A brief discussion of past performance detailing previous accomplishments and work in this or closely related research areas, previous cost and schedule performance, and the qualifications of the previous key personnel. (10) A brief discussion of the overall approach to the management of this effort, including brief discussions of total organization, use of personnel and their qualifications, project/function/subcontractor relationships, technology transition plans, government interfaces, and planning, scheduling, and control practices. The cost portion shall include the one-page work breakdown structure, a cost summary, an! d a detailed breakdown of cost for the effort. The selection of proposals for contract award will be based on a scientific review of proposals submitted in response to each BAA. The major purpose of the evaluation will be to determine the relative merit of the technical approach of each proposal. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government weighed against the cost of the proposals, in view of the availability of funds. Specific evaluation criteria are as follows: (1) Degree to which new and creative solutions to technical issues important to PMS403 programs are proposed, their feasibility, and the offeror's understanding of the proposed approach and technical objectives. It is desirable that the developments be structured in phases to allow assessment and/or decision points, where allowable; (2) The offeror's ability to implement the proposed approach as demonstrated by specific accomplishments in the technical field to be studied, the qualifications (including past performance) of the proposed principal investigator and other personnel, and the availability of appropriate facilities; (3) The degree to which technical data and/or computer software developed under the proposed contract are to be delivered to NAVSEA with rights compatible with NAVSEA research and development objectives; and (4) The extent to which offerors identify and commit to small businesses and to small disadvantaged businesses, HUBZone small businesses, veteran-owned small businesses, women-owned small businesses, historically black colleges and universities, or other minority institution participation in the proposed effort, whether as a joint venture, teaming arrangement, or subcontractor relationship. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR AWARD ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED.
 
Record
SN00847587-W 20050716/050714212624 (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.