Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOURCES SOUGHT

A -- Missiles and Space Systems

Notice Date
5/7/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER, VIRGINIA 17320 Dahlgren Road Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017808Q3019
 
Response Due
7/31/2008
 
Point of Contact
XDS13-10 540-653-7808 540-653-7765
 
Small Business Set-Aside
N/A
 
Description
This sources sought synopsis is being posted to both the Federal Business Opportunities (FBO) webpage located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. BROAD AGENCY ANNOUNCEMENT (BAA)Universal Electromagnetic Launcher This publication constitutes a Broad Agency Announcement (BAA) issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Unless otherwise stated herein, no additional written information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for the same will be disregarded. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Interested parties are invited to respond to this synopsis. No hard copy version of this announcement will be made available. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. One or more technology areas may receive no funding. Also, the Government reserves the right to select for award some 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 will not pay for proposal preparation costs. The cost of preparing proposals in response to this BAA is not allowable as a direct charge to any contract resulting from this BAA or to any other Government contract. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. Funds may not be available for all requirements under this BAA. No contract awards will be made until appropriated funds are available from which payment for contract purposes can be made. The Government may incrementally fund contracts awarded from this BAA as provided by FAR 52.232-22, Limitation of Funds. Most contracts awarded are anticipated to be 24 to 36 months in duration. To facilitate incremental funding, submissions shall include the cost and schedule by a task-phased structure organized by fiscal year (October through September) with clear exit criteria, and shall be inclusive of all work to complete the effort including any options. It is anticipated that the entire effort will be negotiated with the initial contract award. This BAA will remain open for approximately ninety days from the date of publication or until replaced by a successor BAA, which may occur at any time. Proposals may be submitted at any time during this period. The Government encourages nonprofit organizations, educational institutions, small businesses, small disadvantaged business (SDB) concerns, Historically Black Colleges and Universities (HBCU), Minority Institutions (MI) (HBCU/MIs), women-owned businesses, and Historically Underutilized Business (HUB) zone enterprises as well as large businesses and Government agencies to submit proposals for consideration and/or to join others in submitting proposals; however, no portion of the BAA will be set-aside for these special entities because of the impracticality of reserving discrete or severable areas of research and development in any specific requirement area. The final determination will be made based on the relevance of the proposal to requirement, individual technical merits of the proposal and budget constraints within the mission priorities. A three-step proposal selection process will be used for this solicitation to minimize cost and effort of prospective offerors.Step One- will consist of an Industry Day on 22 May 2008 where the technology and applications to be developed will be presented and to allow prospective offerors an opportunity to ask general questions. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government.Since no Contracting Officer will be present during this Industry Day, nothing discussed is contractually binding to the government in any way. Location:Auditorium Conference Room 1083Northrop Grumman Corp.300 M. St. SE, Suite 100Washington, DC 20003Date:22 May 2008Time: 10:00 a.m. Eastern Time IN ORDER TO ENSURE ADQUATE SPACE IS AVAILABLE, PROSPECTIVE ATTENDEES MUST NOTIFY DR. FRANK MANSFIELD VIA EMAIL AT FRANCIS.MANSFIELD@NAVY.MIL OF THEIR INTENT TO ATTEND THE INDUSTRY DAY. IN THE EVENT THERE IS NOT ADQUATE SPACE FOR ALL INTERESTED PARTIES, AN ADDITIONAL INDUSTRY DAY MAY BE SCHEDULED. Step Two- will be used to solicit, receive, and evaluate a Quad chart and a brief White Paper (see proposal preparation guidelines below) that discusses the development of the technology to address the desired outcomes. Step Three- If the Step Two proposal is accepted for further detailed review, this step will consist of detailed presentations and submissions. Submitters will be contacted with specific formatting and presentation instructions if selected to proceed through step three for funding consideration. Subsequent to funding approval, full technical proposals will be requested. DEFINITIONSHEEL Highly Efficient Electromagnetic LauncherLIM Linear Induction MotorTLIM Tubular Linear Induction MotorIGBT Insulated Gate Bipolar TransistorsVLS Vertical Launch System DESCRIPTION OF OPPORTUNITY. The Department of Defense (DOD) solicits proposals for the application of HEEL technology to the areas of low speed cold missile launch and high speed projectile launch. The efforts will lead to the demonstration of a full-scale full-mass SM-3 model launch and a low mass projectile launch greater than three kilometers per second (km/s). The demonstrators must include as a minimum the launcher tube, launcher mount, energy storage, solid-state inverters, data acquisition, and software for motor control. The demonstrator must be completed within 24 to 48 months from award and address one or both of the following solicitation areas: (1) SM-3 Electromagnetic Missile Launcher demonstrator to include a preliminary VLS design that is compatible with CG(X) form and fit.(2) High speed HEEL demonstrator capable of accelerating a low mass projectile to 3 kilometers per second (km/s) or better. ELECTROMAGNETIC MISSILE LAUNCHER DEMONSTRATOR REQUIREMENTS. (1) A HEEL based Electromagnetic Missile Launcher (EMML) is a true AC TLIM technology that has the ability to vault a missile up to a safe altitude before the thrust is imitated from the missile propulsion system. A EMML system is envisioned to be comprised of nine major components: 1) a composite TLIM canister holding the stator coils of the linear motor; 2) a bucket that holds the missile to be vaulted and represents the armature of the linear motor; 3) Solid-state inverters to drive the stators; 4) energy storage; 5) armature position and velocity measuring capability; 6) motor control software and hardware; 7) the projectile, which in this case is a sub-scale low mass projectile, a sub-scale full mass projectile, and a full size full mass SM-3 replica; 8) launcher tube mounting structure; and 9) data acquisition and reduction system. (2) EMML Requirements. Proposals are envisioned to be a three-phase demonstration approach: 1) medium diameter sub-scale low mass launcher system; 2) a sub-scale full mass launcher system; and 3) a full size and mass launcher system to include preliminary VLS system CAD design. It is anticipated that phases one and two would be the same launcher system with different projectiles; since this would be the most economical approach. (a) Sub-scale low mass launcher. This launcher would be used to develop the basic motor control capability and demonstrate the controlled launch of a low mass projectile. The proposed system will have the minimum specifications: i.) The inner radius of the launch tube must be sized in order to accommodate the launch of a Navy 5 round;ii) The TLIM launcher tube will not be longer than one meter (m) in length;iii) Must demonstrate a projectile exit velocity of 60 meters per second (m/s) or greater;iv) The demonstration projectile must be at least 50 kilograms (kg). (b) Sub-scale full mass launcher. The launcher developed in phase one would be used to launch SM-3 mass equivalent projectile. The proposed system will have the minimum specifications:i) The inner radius of the launch tube must be sized in order to accommodate the launch of a Navy 5 round;ii) The TLIM launcher tube will not be longer than one meter (m) in length;iii) The projectile mass must be at least equal to a SM-3 full up round;iv) Must demonstrate a projectile exit velocity of 45 m/s or greater. (c) Full-scale full mass SM-3 replica launch canister. The launcher would be a full length demonstrator capable of launching a SM-3 full up round replica at full mass and a preliminary CAD design for VLS capable of holding the TLIM canister that is compatible with CG(X) form and fit. The proposed system will have the minimum specifications:i) The armature must be able to securely hold the SM-3 replica until released for launch;ii) The projectile will be an unguided inert full sized and full mass SM-3 full up round replica;iii) The armature must be captured within the launch canister;iv) The SM-3 replica projectile must not be damaged from launch and the projectile must be reusable to support multiple launch tests and demonstrations; v) Must demonstrate a SM-3 replica projectile exit velocity of 45 m/s or greater with acceleration not to exceed 20 Gees. HEEL DEMONSTRATOR REQUIREMENTS (1) HEEL is a true AC TLIM technology that simulations have shown to be capable of producing 100s of thousand of Gees of acceleration. A HEEL system is envisioned to be comprised of nine major components: 1) a composite launcher holding the stator coils of the linear motor; 2) a projectile that represents the armature of the linear motor; 3) Solid-state inverters to drive the stators; 4) energy storage; 5) armature position and velocity measuring capability; 6) motor control software and hardware; 7) launcher tube mounting structure; 8) projectile capture system; and 9) data acquisition and reduction. (2) HEEL Requirements. Proposals should address a minimum of a three phase demonstration approach: 1) a low mass launch at 500 m/s; 2) a low mass launch at 1000 m/s; and 3) a low mass launch at 3 km/s or greater. It is anticipated that all phases would utilize the same launcher system. The projectile itself will be the armature, there will be no bucket.(a) Demonstration of a 500 m/s launch. This phase would be used to develop the basic motor control capability and demonstrate the controlled launch of a low mass projectile at 500 m/s or greater. The proposed system will have the minimum specifications:i) The inner radius of the launch tube must be sized in order to accommodate the launch of a Navy 5 round;ii) Launcher tube will not be longer than 1 m in length;iii) Demonstrate a projectile exit velocity of 500 m/s or greater;iv) Projectile must be at least 1 kg; v) Demonstrate a constant acceleration until the point the projectile starts to exit the launch tube; vi) Demonstrate control of launch acceleration and exit velocity. (b) Demonstration of a 1 km/s launch. This phase would be used to further refine the control software and demonstrate the controlled launch of a low mass projectile at 1 km/s or greater. The proposed system will have the minimum specifications: i) Launcher tube would be same as in phase one;ii) Demonstrate a projectile exit velocity of 1 km/s or greater;iii) Projectile must be at least 1 kg;iv) Demonstrate a constant acceleration until the point the projectile starts to exit the launch tube; v) Demonstrate control of launch acceleration and exit velocity above 500 m/s. (c) Demonstration of a 3 km/s launch. Phase three would be used to again further refine the control software and demonstrate the controlled launch of a low mass projectile at 3 km/s or greater. The proposed system will have the minimum specifications: i) Launch tube length would be increased to no greater than 5 m; but it is anticipated that 2 m would be sufficient;ii) Demonstrate a projectile exit velocity of 3 km/s or greater;iii) Projectile must be at least 0.25 kgiv) Demonstrate a constant acceleration until the point the projectile starts to exit the launch tube: v) Demonstrate control of launch acceleration and exit velocity above 1 km/s. PROPOSAL PREPARATION GUIDELINES This section provides information and instructions for the preparation and submission of all proposals under this BAA. All submissions must meet these requirements including format, content, and structure, and must include all specified information to avoid disqualification, submission rejection, or delays in evaluation. All white paper submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and Department of Defense and Department of Navy regulations. Submission of white papers under this BAA is expected to be unclassified. However, confidential/classified proposals are permitted with prior/advanced approval. The NSWCC Code XDS13-10 must be notified in writing 5 working days prior to the submission of any classified proposals. Every classified proposal must be accompanied by an Unclassified Statement of Work (SOW). Offerors are expected to appropriately mark each page of their submission that contains proprietary information. Electronic File Format. It is mandatory that offerors provide both a quad chart and white paper submission that meets the format requirements provided below. (1)Quad Chart Content. A Quad chart conveys the essence of the proposed solution on a single page. When preparing a submission, the offeror shall ensure that the specific criteria of the requirement are addressed, the solution is clear, and can be accomplished with the proposed technology, cost, and schedule. The Quad Chart includes a document header and four quadrants. The Quad Chart format and sample will be provided at the Industry day. i) Header Information. Header information shall include the BAA Announcement number and the Proposal Title. The date and company name should be included along with the appropriate document markings. ii) Top Left Quadrant, Graphical Depiction. The top left quadrant is a graphical depiction, photograph, or artists concept of the proposed solution or prototype. Include labels or brief descriptive text as needed for clarification. Ideally, this will convey the system concept, use, capability, and any relevant size or weight relationships based on the published requirement. iii) Top Right Quadrant, Operational and Performance Capabilities. The top right quadrant contains the operational and performance capabilities summary. iv) Bottom Right Quadrant, Cost and Schedule. The bottom right quadrant contains the Rough Order of Magnitude (ROM) and Schedule, Products and Deliverables, and Corporate Contact Information. ROM and Schedule shall be proposed by phase and include the cost, period of performance (POP), and exit criteria for each phase. A total cost and POP that combines all phases shall also be included. Products and Deliverables shall include, by phase, a list of all prototype hardware and software along with the required data as described in Product and Deliverable Requirements above. Corporate Contact Information shall include the submitters company name, point of contact, phone number, and e-mail address. Include any significant teaming partner (contact information) relevant to the evaluation. (2) White Paper Format. Offerors shall prepare a White Paper with no more than twelve (12) pages plus a cover page in response to Step 2 of this BAA. All submission pages shall be 8 by 11 inches, double-spaced with fonts no smaller than 12 point; all margins shall be one inch. Each page of the submission shall contain the document identifier in the document header and a page number centered in the document footer. If the White Paper contains more than 12 pages including tables, charts, and figures only the first 12 pages will be evaluated. All White Paper submissions must include a cover page. Offeror(s) responding to this BAA may begin submitting responses on May 1, 2008. Final submissions to this BAA are due by 31 July 2008, 1600 hours Eastern Standard Time. Awards for submissions under this BAA are planned in the first quarter Fiscal Year 2009. The issuing agency reserves the right to award contracts for a period of one (1) year from 1 Oct 2008. Submissions shall be emailed to DLGR_NSWC_XDS13@navy.mil. Hard copy submissions are neither required nor desired. EVALUATION PROCESS No contractor support personnel will be used in the review, evaluation, and administration of all submissions for this BAA. Evaluations will be conducted using the following selection criteria: Overall scientific and technical merits; Addresses one of the needs; Exhibits technical/scientific innovation; Shows credible acceptable risk to solve the requirement; Offerors and subcontractors capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; Assessment of tactical feasibility for deployment (e.g. implications to manpower, training, operations, and maintenance) on the CG(X) class ship; Proposed cost; Proposed schedule to deliver a prototype which can be tested at a government or contractor test facility within the time line given. Proposal submissions may be rejected (at a minimum) for the following reasons: The submission is non-compliant, one or more of the electronic files are not in the correct format; the proposed solution does not address a requirement. The socio-economic merits of each proposal seeking a procurement contract will be evaluated in the context of the requirements 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, 334511, specifies a small business size standard of 750 employees or less. A Small Business Subcontracting Plan prepared in accordance with FAR 52.219-9 must accompany contract 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. GENERAL INFORMATION (1) Status and Inquiries. Inquiries by phone concerning the status of submission will not be accepted. (2) Notification to Offeror. The Government will notify the offeror when a submission has been accepted or rejected via email. (3) Intellectual Property, Technical Data and Software. All anticipated intellectual property, technical data or software rights shall be disclosed.(4) Patents and Patent Applications. Identify any existing, applied for, or pending patents that will be used in the conduct of this effort. Provide Patent number or application number and title. If no patents or patent applications are relevant; so state. (5) Rights in Technical Data. Identify any technical data and/or computer software that will be delivered with less than unlimited rights as prescribed in DFARS 252.227-7017 and DFARS 252.227-7028. If unlimited rights in technical data are proposed, so state this. (6) Central Contract Registration (CCR). Prospective contractors must be registered in the DoD CCR database prior to award. By submission of an offer resulting from this BAA, the offeror acknowledges the requirement that a prospective contractor must be registered in the CCR database prior to award, during performance, and through final payment of any agreement resulting from this BAA. The CCR may be accessed at http://www.ccr.gov/. Assistance with registration is available by phone at 1-888-227-2423. (7) Technical questions regarding this announcement may be submitted to NSWCDD(Code XDS13-10), 17632 Dahlgren Road, suite 157, Dahlgren, VA 22448-5110, or email to DLGR_NSWC_XDS13@navy.mil. (8) This announcement will remain open and white papers will be accepted through 31 July 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f61df81233a4b0b5a8b175facae582e&tab=core&_cview=1)
 
Record
SN01568745-W 20080509/080507220801-2f61df81233a4b0b5a8b175facae582e (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.