Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

A -- WARFIGHTER DEVELOPMENTAL PROTECTIVE CLOTHING AND DEVICES

Notice Date
6/14/2007
 
Notice Type
Modification
 
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
20670
 
Solicitation Number
N00421-07-R--0043
 
Response Due
2/7/2008
 
Archive Date
2/22/2008
 
Point of Contact
Melisha Proctor, Contract Specialist, Phone (301) 757-2610, Fax (301) 757-8959,
 
E-Mail Address
melisha.proctor@navy.mil
 
Description
Broad Agency Announcement (BAA) N00421-07-R-0043 solicits/requests proposals for Warfighter Developmental Protective Clothing and Devices. 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. AREAS OF INTEREST - Areas of interest 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 SUBMISSION- Interested parties should submit a white paper, which addresses one or more of the areas listed above. The proposed research shall be limited to approaches where concept feasibility has already been demonstrated. Offerors shall submit a white paper electronically to Contracts, Melisha.Proctor@navy.mil. The white paper shall not exceed ten (10) pages and shall include: (1) a summary of the proposed concept, (2) an estimated period of performance (include phases if applicable), and (3) a rough order of cost magnitude. Cost of white paper preparation is not considered an allowable direct charge to the resulting contract or any other contract. More than one white paper may be submitted during the twelve (12) month period following publication of this announcement. Upon white paper receipt, it will be forwarded for technical review. White papers will be reviewed in the order that they are received. The Government reserves the right to select all, some, or none of the white papers received in response to this announcement. The Government will advise regarding intent to pursue the proposed concept within 90 days from receipt. If the proposed concept meets program requirements, and funds are available, the Government will request a full technical and cost proposal. FULL PROPOSAL SUBMISSION: If the Government requests a full proposal, please note the following: (1) Offerors shall complete the On-line Representations and Certifications Application (ORCA) before submission of a proposal (http://www.bpn.gov/orca); (2) Offerors shall be current in the Central Contractor Registration (http://www.ccr.gov); (3) Offerors are advised to submit a subcontracting plan in accordance with FAR 19.7 with applicable proposals; (4) Offerors shall review technical data rights clauses found under FAR 27 & DFARS 227 and propose technical data restrictions and reference applicable clauses; (5) Cost proposals shall be prepared in accordance with Table 15-2 under FAR 15.408, and shall remain valid for a period of 120 days; (6) Work statements shall be prepared in accordance with FAR 35.005, and; (7) The cost of preparation and response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. Offerors shall submit one (1) original and four (2) copies of their full proposal to: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, AIRCRAFT SUPPORT CONTRACTS DEPARTMENT (2.5.1.3.2), 21983 BUNDY ROAD, UNIT 7, BLDG 441, PATUXENT RIVER, MD 20670-1127. FULL PROPOSAL EVALUATION: 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. For contract proposals, 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. Contract proposals will be evaluated in accordance with FAR 15 and 35.007. CONTRACT TYPE - NAVAIR is willing to consider various types of procurement vehicles using FAR/DFARS and/or non-procurement assistance vehicles using DoDGARS, such as Grants/Agreements under 10 U.S.C. 2358 or 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. Selecting appropriate contract/agreement type is ultimately determined by the Contracting Officer. NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Contract 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 the contract, which resulted from this BAA, and therefore will have met FAR/DFARS requirements and the Competition in Contracting Act. AWARDS - Contract award will be based on the proposal's technical merit, cost, and availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror prior to award of a contract. Offerors are cautioned that only a Contracting Officer is legally authorized to commit the Government. POINTS OF CONTACT: The offerors may email the technical point of contact at James.Sheehy@navy.mil for technical inquiries, and Melisha.Proctor@navy.mil for contractual guidance. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-07-R--0043/listing.html)
 
Place of Performance
Address: Department of the NAVY NAVAL AIR SYSTEMS COMMAND Aircraft Support Contracts Department AIR (2.5.1.3.2) 21983 Bundy Road, Unit 7 Building 441 Patuxent River, MD
Zip Code: 20670-1127
Country: UNITED STATES
 
Record
SN01319637-F 20070616/070614224948 (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  © 1994-2020, Loren Data Corp.