Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOURCES SOUGHT

A -- STUDY of short term system enhancements for any company?s dismounted CREW product that's been tested at the Combating Terrorism Technology Task Force Testing (CTTTF) JERC test site.

Notice Date
10/5/2006
 
Notice Type
Sources Sought
 
Contracting Office
N00174 101 Strauss Avenue, Bldg 1558, Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0002407R6303
 
Response Due
10/4/2007
 
Archive Date
12/3/2007
 
Description
The Program Executive Office Littoral Mine Warfare ? Counter Remotely Controlled Improvised Explosive Device Electronic Warfare (CREW) Program Office (PMS 408), Washington Navy Yard, Washington, DC, is soliciting new and innovative concepts in the development and demonstration of technologies applicable to existing dismounted electronic warfare systems. The growing use of Remotely Controlled Improvised Explosive Devices (RCIED) against dismounted troops in Iraq and Afghanistan requires the program office to continually seek out new possibilities/capabilities to protect our forces around the world. To this end, the Navy is looking to fund studies to explore technology that will provide short term system enhancements for any company?s dismounted CREW product that has been tested at the Combating Terrorism Technology Task Force Testing (CTTTF) Joint Experimental Research Complex (JERC) test site. Any such study will explore technology that will provide short term system improvements that would increase the systems effectiveness distance against single and multiple threats. Improvement of the systems interoperability with existing fielded CREW systems and improvements in operator suitability which would include system size, weight and ergonomics may also be studied. If chosen, the Navy will fund the contractor to perform an in-depth study exploring the technology that would lead to specific system changes required to increase the performance of the dismounted CREW system in the areas stated above. This Broad Agency Announcement (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. It is expected that no one award will exceed $150,000. Therefore, early submission of proposals is desirable and encouraged. Navy evaluation will commence after 10 October 2006 and initial awards are anticipated by the end of October 2006. Proposals should be submitted to: COMMANDER, Naval Surface Warfare Center, ATTN: Code C13, Renee Brown, 101 Strauss Avenue, Bldg 1558, Indian Head, MD 20640. Contracting Point of Contact is Renee Brown, telephone (301) 744-6653, e-mail renee.m.brown@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, and cost. The technical proposal is limited to 10 pages and cost and management information is limited to 5 pages. 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 system, the technologies and/or concepts the system employs and short term improvements that could increase system effectiveness that would be explored in a study. Also include the details such as time and date of the CTTTF testing that is required to be eligible for this effort. (3) A detailed technical proposal of the primary precepts to improve the performance of the Dismounted CREW system in the areas listed above. (4) A summary of the schedule and milestones for the proposed effort. (5) 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. The selection of proposals for contract award will be based on a scientific review of proposals submitted in response to this 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, may 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 will improve the offeror?s dismounted CREW system performance. (2) The offeror's ability to quickly implement the proposed technology outlined in the study into the companies existing dismounted CREW system. (3) 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
SN01162202-W 20061007/061005220817 (fbodaily.com)
 
Source
FedBizOpps 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.