Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOLICITATION NOTICE

A -- Broad Agency Announcement for Deployable Systems

Notice Date
3/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-08-X-2052
 
Response Due
3/27/2009
 
Archive Date
4/26/2009
 
Point of Contact
Point of Contact - Sylvia Proffit, Contract Specialist, 619-553-3292; Todd M McKamey, Contracting Officer, 619-553-4541
 
E-Mail Address
Email your questions to Contract Specialist
(sylvia.evans@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center, San Diego (SSC San Diego), hereby submits Broad Agency Announcement N66001-07-X-2021. Proposals are due no later than 15:00 Pacific Time on 27 March 2009; however, those proposals which are received by 15:00 Pacific Time on 31 March 2008 will have a greatest chance of being funded. Proposals must be submitted electronically to the SPAWAR e-Commerce Central website at https://e-commerce.spawar.navy.mil. Click on SSC San Diego and then Open BAA. Additional submission instructions are available at the website under Submitting a Proposal? Broad Agency Announcement for Deployable Systems: The Space and Naval Warfare Systems Center, San Diego (SSC San Diego), in support of the Naval Sea Systems Command, Program Executive Officer for Littoral and Mine Warfare, is soliciting innovative research and development proposals of multiple mechanical/ocean engineering concepts for automated deployment, recovery and operation of hydrophone and acoustic source arrays deployed from small craft (e.g., 11 m), suspended from buoys, located on the littoral ocean bottom, and deployed from non-dedicated surface ships. Of additional interest are concepts supporting the networking of such platform systems to provide robust anti-submarine warfare (ASW); command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR); port/harbor surveillance; and global maritime domain awareness. While various military ships can be considered, Surveillance Towed Array Sensor System (SURTASS) Ships, Littoral Combat Ship (LCS) or small craft are of most interest to the Navy. The areas of interest include: (1) compact, low frequency acoustic source arrays; (2) deployment and retrieval mechanisms; (3) innovative packaging; (4) compact, lightweight power electronics (amplifiers, energy storage); (5) power systems for the lightweight towed arrays; (6) various material storage and handling systems; (7) associated control systems, and software/networking concepts to support distributed C4ISR sensors and global maritime domain awareness; and (8) adaptations of small craft design which may better support such sensor systems. SSC San Diego, in support of the Naval Sea Systems Command, Program Executive Officer for Littoral and Mine Warfare and the Office of Naval Research, is similarly soliciting innovative research and development proposals to explore use of a small surface craft or buoys to deploy and operate undersea acoustic sensors systems. The challenges presented by undersea threats provide the impetus for the development of deployable and off-board acoustic surveillance systems which are networked, distributed, and multistatic- capable, such as Advanced Deployable System (ADS), Fixed Distributed System (FDS), and Deployable Autonomous Distributed Systems (DADS). The very low noise levels associated with modern submarines are a significant challenge for passive systems and a natural augmentation of such systems is the addition of an acoustic source. In addition to working with the deployed systems, the active signals from such sources could also be received and processed by surface ships with towed arrays. In this context an active system has the potential for significant improvement in coverage against a quiet target over a purely passive system. An additional benefit for acoustic sources deployed from small craft, Unmanned Surface Vehicles (USVs) or buoys is that this eliminates the vulnerability associated with operating an acoustic source from a large vessel (beaconing). Operations involving a group of small craft pose several challenges including: (1) dynamics of a small craft from the standpoints of deployment and recovery of a low frequency active array; (2) shock and vibration effects associated with high speed transit of small craft; (3) energy storage and management; (4) high efficiency, high power density amplifiers and transducers; (5) power plant sizing to maximize mission performance; and (6) networking and processing to exploit information provided by distributed sensors and information systems. This notice constitutes a Broad Agency Announcement (BAA) as contemplated by FAR 6.102(d)(2) and 35.016. Awards may take the form of procurement contracts, grants, cooperative agreements or other transaction agreements, as appropriate. Awards will only be made for basic research, applied research, or development that is not related to the development of a specific system. Awards will not be made for commercial or non-developmental items. Award decisions will be based on a selection of proposals resulting from a peer and/or scientific review. Regardless of the ratings on individual proposals, the Government reserves the right to select for award all, some or none of the proposals received in response to this announcement. The Government may also only select specific tasks within a proposal for award. No additional request for proposal (RFP), solicitation or other announcement of this opportunity will be made. It is estimated that three awards may be made as a result of this announcement with approximate ceiling amounts of $1,000,000 each. Proposals are sought now for award and work efforts in FY08 and FY09. Contractors are invited to submit cost and technical proposals for one or more of the above areas. Proposals are due no later than 15:00 Pacific Daylight Saving Time on 27 March 2009; however, those proposals which are received by 15:00 Pacific Daylight Saving Time on 31 March 2008 will have the greatest chance of being funded. Proposals can be submitted at anytime during which the BAA is open. Government reviews shall occur at 90 day intervals (i.e., quarterly) from the initial BAA posting date, or as required by the Government. Those proposals submitted within one of the four 90 day intervals shall be reviewed by the Government. Proposals must be submitted electronically to the SPAWAR e-Commerce Central website at https://e- commerce.spawar.navy.mil. Click on "SSC San Diego" and then "Open BAA." Additional submission instructions are available at the website under "Submitting a Proposal?" The cost proposal shall be prepared in accordance with the two documents at the website titled "Cost Proposal Instructions" and "Cost Proposal Sample Spreadsheet." There is no page limitation for the cost proposal The technical proposal shall not exceed twenty (20) pages in length, single- sided on 8 ? by 11-inch paper. The technical proposal shall be structured to address the following items, in the stated order: (1) BAA topic area addressed by proposal; (2) summary of key elements within proposal; (3) ability of proposed work to satisfy BAA goals; (4) detailed explanation of proposed work, technical approach, critical issues, etc.; (5) schedule and milestones; (6) explanation of all deliverables, with identification of any data, information or software deliverables that would be provided to the Government with other than unlimited rights; (7) self-evaluation of proposal against the BAA evaluation factors; and (8) explanation of how the proposed effort satisfies the definition (s) of basic research, applied research, or development that is not related to the development of a specific system; the definitions are available at the website. SSC San Diego will reject proposals that do not conform to instructions. The proposals will be evaluated using the following criteria, which are of equal importance: (1) potential contribution to the mission of the SURTASS and/or LCS programs to increase program responsiveness, efficiency and effectiveness; (2) overall scientific and technical merit, validity of approach, and probability of successfully demonstrating the proposed technology; (3) realism of the proposed cost and availability of funds; (4) potential for economical integration (positive return on investment) into existing and future Naval Sea Systems Command (NAVSEA) operations; and (5) interest by NAVSEA components in fielding successful concepts. All responsible sources capable of satisfying the Government's needs may submit a proposal. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research for exclusive competition among these entities. SSC San Diego provides no funding for direct reimbursement of proposal development costs. Information and material submitted in response to this BAA will not be returned. Questions of a contractual or technical nature should be directed to Ms. Sylvia Evans, SSC San Diego Code 225, via e-mail: sylvia.evans@navy.mil or telephone (619) 553-3292.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=94C6165C78741D158825740B0074A245&editflag=0)
 
Record
SN01532220-W 20080315/080313224915 (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.