Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

A -- DEVELOPMENTAL PROTECTIVE CLOTHING AND DEVICES FOR TACTICAL, ROTARY, AND SUPPORT AIRCRAFT / VEHICLES

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0032
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Description
DEVELOPMENTAL PROTECTIVE CLOTHING AND DEVICES FOR TACTICAL, ROTARY, AND SUPPORT AIRCRAFT / VEHICLES Point(s) of Contact Title Phone Contract Specialist 301-757-8939 Technical Point Of Contact 301-342-8480 Synopsis Broad Agency Announcement (BAA) N00421-07-R-00xx solicits/requests proposals for Developmental Protective Clothing and Devices for use in Tactical, Rotary, and Support Aircraft / Vehicles. Responses to this BAA submitted in accordance with the guidelines set forth herein will be accepted at the Contracting Office for a period of twelve (12) months from the date of this announcement. This Broad Agency Announcement is for Basic and Applied Research in accordance with FAR 35.016. No formal solicitation will be issued; this BAA is the solicitation. AREAS OF INTEREST - Areas of interest include new, innovative approaches to providing enhanced protection/performance in current and future, tactical, rotary and support aircraft / vehicles. Topic areas include but are not limited to: (1) protection against G-induced loss of consciousness, loss of situational awareness, spatial disorientation, and high altitude hypoxia; (2) development of micro/nanotechnology applicable to life support and protective devices; (3) protection against hypothermia/hyperthermia; (4) auxiliary or integrated human cooling and heating systems; (5) integrated helmet mounted displays, multi-mode helmet vision system technology; (6) advanced filter/device development for eye and / or sensor protection; (7) warfighter / equipment compatibility; (8) breathing systems and advanced concept approaches for current and future applications; (9) improved crash protection, advanced restraint systems (all axes of restraint), and seating concepts; (10) emergency egress/escape concepts such as but not limited to improved signaling/locating, thermal signature reduction, and day/night cloaking technologies (11) improved / integrated communications systems; (12) improved hearing protection and communication capabilities in high noise environments (13) improved / integrated floatation systems; (14) human strength enhancement technologies; (15) improved garment textiles/materials flame resistance and improved garment textile/materials, flame resistant and melt-proof fibers, webbings, water-proof, high-stretch, breathable fabrics, durable, malleable, lightweight conductive-network fabrics, low-bulk/high flexibility vascular compression mechanisms for acceleration protection, fast-response cooling/heating textiles; (16) crew / workstation design; (17) improved lightweight, portable power sources, recharging and scavenging technologies; and (18) other threat protection technologies. WHITE PAPER PREPARATION AND SUBMISSION- Interested parties may submit a white paper, which addresses one or more of the areas listed above. The proposed research shall be limited to advanced development where concept feasibility has already been demonstrated. Offerors shall submit a white paper electronically to Contracts, Roberta Nethercutt (roberta.nethercutt@navy.mil). The white paper, which shall not exceed ten (10) pages, shall include: a summary of the proposed concept, an estimated timeframe for project completion, and a rough order of cost magnitude with the type of acquisition strategy (contract/agreement) being proposed. . The cost of preparation is not considered an allowable direct charge to the resulting contract or any other contract. White papers will be evaluated as they are submitted. More than one white paper may be submitted during the twelve (12) month period following publication of this announcement. Upon submission, the white paper will be forwarded for technical review. The Government will respond to the offerors as to whether the white paper will be further considered for submission within 60 days from receipt. If the proposed capability meets program requirements, the Government will officially request a full proposal and the necessary information. Request for a full proposal does not guarantee award. The Government reserves the right to select all, some, or none of the white papers received in response to this announcement. FULL PROPOSAL PREPARATION AND SUBMISSION ? Proposals may address one or more of the areas listed above. The period of performance may range from a level of effort of .5 to 5 work-years per year for up to five years depending on acquisition strategy awarded. Reasonable deviations/exceptions will be considered. Offerors shall complete the On-line Representations and Certifications Application (ORCA) before submission of a proposal. The information pertaining to ORCA can be found on the website http://www.bpn.gov/orca. Offerors shall be current on the Central Contractor registration, the website can be found at http://www.ccr.gov/vendor.asp. Proposals shall not exceed ten pages (10) pages. Offerors are advised to submit a subcontracting plan in accordance with FAR 19.7 with proposals. Offerors shall review technical data rights clauses found under FAR 27 and DFARS 227, and technical data restrictions and associated clauses shall be proposed up front. Cost proposals shall include a detailed breakdown of proposed cost/prices, and shall remain valid for a period of 120 days. Offerors shall submit one (1) original and four (2) copies of their proposal to Contracts, Attn: Roberta Nethercutt, Department Of The Navy, NAVAL AIR SYSTEMS COMMAND, Aircraft Support Contracts Department (2.5.1.3.2.6), 21983 Bundy Road, Unit 7 Bldg 441, Patuxent River, MD 20670-1127. The cost of preparation and response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. PROPOSAL EVALUATION ? Proposals will be evaluated as they are received. Merit shall be determined based on: (1) overall scientific and technical merit, (2) the offerors ability to demonstrate feasibility (3) the offerors experience, facilities, techniques or unique combinations of these criteria which are integral for achieving the proposed objectives, and (4) realism of proposed cost. Proposals will be evaluated in accordance with FAR PART 35.007 and Subpart 15. CONTRACT/AGREEMENT TYPE - NAVAIR is willing to consider various types of acquisition strategies including, but not limited to, traditional contracts using FAR/DFARS and/or non-procurement agreements e.g. Cooperative Agreements under 10 U.S.C. 2358 and Technology Incentive Awards under 10 U.S.C. 2371 or U.S.C. 2358 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and Section 845, Authority to Carry Out Certain Prototype Projects. Acquisition type (contract/agreement) is ultimately determined by the Government. NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Contract/agreement modifications may be executed to satisfy these requirements, thereby providing for flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting contract/agreement, and therefore will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. AWARDS - Contract award will be based on the proposal?s technical merit, cost, and availability of appropriations. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. There is no commitment by the Navy to be responsible for any monies expended by the offeror prior to award of a contract/agreement. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvantaged business, woman-owned small business concerns, and HBCU/MIS. Offerors are cautioned that only a Contracting Officer is legally authorized to commit the Government. POINTS OF CONTACT - The technical point of contact is Dr. James Sheehy, AIR 4.6T (301) 342-8480, e-mail: mailto:James.Sheehy@navy.mil, while Ms. Roberta Nethercutt (301) 757-8939, email: mailto:roberta.nethercutt@navy.mil is the point of contact for all contractual matters. Offerors may contact these individuals at any time for clarification of technical/contractual issues and cost proposal format.
 
Place of Performance
Address: Department Of The Navy, NAVAL AIR SYSTEMS COMMAND, DEPARTMENT (AIR 2.5.1.3.2), 21983 BUNDY ROAD. UNIT 7, BUILDING 441, PATUXENT RIVER, MD, 20670-1127
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01233209-W 20070217/070215221519 (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.