Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOLICITATION NOTICE

A -- ADVANCE AND INTEGRATE AUTONOMOUS ROBOTIC TECHNOLOGIES FOR EXPLOSIVE ORDNANCE DISPOSAL (EOD) MISSION APPLICATIONS

Notice Date
3/12/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N042794 NAVAL EOD TECHNOLOGY DIVISION 2008 Stumpneck Rd Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAAN427940801
 
Response Due
4/7/2008
 
Archive Date
3/11/2009
 
Point of Contact
Jim Knesel 301-744-6885 Jim Knesel 301-744-6885
 
Description
The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) has a need to advance and mature existing state-of-the-art autonomous robotic capabilities for the purpose of assessing performance limitations in relevant environments subject to current EOD tactics, techniques, and procedures (TTP). This Broad Agency Announcement (BAA) seeks to identify advanced robotic technology developments that may ultimately be integrated into currently fielded and/or future EOD Unmanned Ground Vehicles (UGVs). BACKGROUND: The use of UGVs as a primary response tool for the EOD operator has increased dramatically in ongoing operations in OIF and OEF. The current generation of fielded UGVs is teleoperated, which places a large workload on the operator when performing manipulation and navigation related tasks in complex environments. The development and integration of technology to enable increased levels of autonomy in EOD UGVs will improve the ability of the operator t o perform common tasks such as navigation and manipulation. These advances will allow more of the UGV operator?s attention to be placed on EOD procedure selection, mission execution, and on monitoring the surrounding environment. The integration of autonomous capabilities will simplify tedious tasks currently performed by robot operators, decreasing their overall operational workload, and potentially decreasing their overall time-on-target. In addition, it has the potential to enable to operator to perform more complex tasks remotely than is currently possible with existing systems. TECHNOLOGY MATURATION: Interested firms are requested to submit white papers/full proposals that define an effort to develop and integrate their advanced autonomous capabilities onto an EOD class UGV. These proposed projects may include the performance of limited development to mature the existing capability such that a clean and unobtrusive integration onto an EOD class UGV is possible. Following the maturation and integration processes, the integrated EOD class UGV will undergo testing at NAVEODTECHDIV, Indian Head, MD in order to assess the technology readiness level of the specific autonomous capability proposed. EOD UGV enhancements are sought in the following two technology areas: 1. MANIPULATION - Current EOD UGV manipulators have limited autonomous capability, generally requiring the operator to independently control the manipulator degrees of freedom in order to control the position and velocity of the end-effector. Capabilities that allow the manipulator end-effector to be controlled directly in 3-D space using resolved motion have been developed, but these approaches still require a high level of user feedback and input. Autonomous manipulation capabilities are desired that enable straightforward and efficient manipulation strategies. The ability to rapidly and accurately approach manipulation targets has been identified as an essential characteristic of future EOD manipulation control schemes. Capabilities ar e desired that allow the manipulator to be moved autonomously; requiring only high level input and supervision from the operator. Some of the common tasks typically performed using robotic manipulators are: picking up and placing EOD tools and ordnance, opening doors, digging, using hand-tools and power tools (drills, saws, etc.). 2. NAVIGATION - Fielded EOD UGVs are tele-operated and have no autonomous navigation capabilities. The operator must manually drive the robot both down range to the mission area and then back to the command post when the mission has concluded. Capabilities are desired that will allow the UGV to navigate autonomously while allowing the operator to closely monitor the video and other sensor data sent from the vehicle. Typically the EOD operator uses the robot to conduct reconnaissance for secondary items of interest while driving it downrange to perform the primary mission. Autonomous capabilities that allow the EOD operator to rapidly inve stigate multiple items of interest near the robot using vehicle motion in combination with the control of cameras and other vehicle sensors is desired. WHITE PAPERS: Interested offerors are requested to submit a white paper, the purpose of which is to preclude unwarranted effort by the offeror in preparing a full technical and cost proposal that would not be considered responsive to requirements. Each white paper is limited to five pages in length and may address either or both of the technology areas defined above. The white paper shall consist of three primary areas: Technical, Management, and Cost. The Technical section shall state which technology area(s) are being addressed and shall consist of clear descriptions of objectives, technical issues which must be resolved to accomplish objectives, approach to resolving these issues, and particular prior experience of Offeror in the targeted technology area(s). The Management portion shall include key personnel, experience, facilities and a plan of action with milestones. The Cost section shall include a cost breakdown of the effort being proposed. The period of perfor mance shall not exceed six (6) months duration and the total cost shall not exceed $250,000. White papers shall be submitted not later than 3:00 PM (EDT) on 7 April 2008. It is anticipated that the evaluation of the white papers will be completed and the results disseminated to Offerors by 24 April 2008. FULL PROPOSALS: The Government will request full proposals based on the merits of the white papers received. Full proposals will not be limited as to the number of pages and shall consist of three sections, Technical, Management, and Cost. All sections shall reference the BAA number and include the Offeror?s project title. Proposals submitted shall include the following: (a) statement of work (SOW) detailing scope of work and a detailed description of each task; (b) list of Government furnished information and Government furnished equipment (GFE) required; (c) a detailed cost breakdown by task including labor categories, labor rates, labor hours, labor overhead rate and total labor cost. If subcontractors are involved, include a cost breakdown for each subcontractor exhibiting the same parameters. Subcontractors may send their details separately or they may provide them along with the prime in a sealed envelope. Also include material cost, travel and any other direct or indirect costs. If the Offeror has an approved purchasing system, provide the source and date of latest review. If the offeror does not have an approved purchasing system, state what processes are used for purchases of such items as material, travel, and training; (d) a description of deliverables; (e) a schedule including milestones and a time/cost profile; (f) a description of the Offeror?s facilities, key personnel and experience in the area of interest. It is anticipated that full proposals will be due in the May/June 2008 timeframe. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. The Government reserves the right to select for award som e portion(s) of the proposals received in response to this BAA. In that event, the Government may select for negotiation all, or portions, of a given proposal. The Government may incrementally fund any award issued under this BAA. EVALUATIONS: White papers and full proposals will be evaluated using the following selection criteria, which are listed in descending order of importance: (1) Overall scientific and technical merits; (2) Understanding of EOD requirements and the technical/scientific innovation and risk to solve the requirement; (3) Potential for transition to fleet/field capability; (4) The Offeror?s capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; (5) Potential capability gained by EOD; (6) Proposed cost and fees. SMALL BUSINESS: The socio-economic merits of each proposal seeking a procurement contract will be evaluated in the context of the requirement s described in this announcement. The evaluation process will consider the extent of commitment in providing meaningful subcontracting opportunities for small businesses, HUB Zone small businesses, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small businesses, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation, 541710 (which corresponds with the standard industrial classification code of 8731), specifies a small business size standard of 500 employees or less. A Small Business Subcontracting Plan prepared in accordance with FAR 52.219-9 must accompany contract proposals (full proposals) that exceed $500,000 submitted by all but small businesses. Entities that must submit a Small Business Subcontracting Plan for contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are e ncouraged to submit proposals and/or join others in submitting proposals. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or functionally separable areas of this technology for exclusive competition among these entities. SUBMISSIONS: White papers/full proposals shall be submitted electronically to Jim Knesel at james.e.knesel@navy.mil. The BAA number must be included in the email subject line. Each Offeror should submit a cover page with its white paper/proposal. This cover sheet, which will not be counted against any page restrictions, should include the BAA number, unique title, technology area(s), name, address, telephone number, and email address for both the technical and business points of contact. OTHER BAA INFORMATION: This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). The Government reserves the right to select all, some, or none of the proposals received in respon se to this announcement. The Government will not pay for proposal pre paration costs (including white papers and oral presentations) in response to this BAA. All data received in response to this BAA that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. For more information regarding business or contractual matters, please contact: Jim Knesel, Code 052, NAVEODTECHDIVIH, (301) 744-6886. For more information regarding technical matters, please contact: Michael J. Del Signore Code 5224B, (301)744-6858 ext. 289.
 
Record
SN01530973-W 20080314/080312224848 (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.