Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

A -- Develop and demonstrate technologies to detect/locate, access, diagnose/ identify, render safe/neutralize, and dispose of Improvised Explosive Devices (IEDs) and Unexploded Ordnance (UXO)

Notice Date
4/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Explosive Ordnance Disposal Technology Division, N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
BAAN427940902
 
Response Due
5/18/2009
 
Archive Date
6/2/2009
 
Point of Contact
TAMMY WINTERS (301)-744-6886 CONTRACT MATTERS:TAMMY WINTERS (301)-744-6886, TECHNICAL MATTERS: JENNIFER MCKEE (301)744-6858 EXT. 227
 
Small Business Set-Aside
N/A
 
Description
The Naval Explosive Ordnance Disposal Technology Division (NAVEODTECHDIV) has a need to develop and demonstrate technologies to detect/locate, access, diagnose/identify, render safe/neutralize, and dispose of Improvised Explosive Devices (IEDs) and unexploded ordnance (UXO). An IED is a device placed in an improvised manner incorporating destructive, lethal, noxious, pyrotechnic, or incendiary chemicals to destroy, incapacitate, harass, or distract. It can include military stores, but normally is devised from non-military components. White papers/full proposals for exploratory development are sought in the following areas: 1)IED Detection and LocationThis area focuses on technologies that can detect and/or locate the presence of an improvised explosive device. This may include buried, obscure and/or items out in the open. An IED may contain multiple elements, including explosives or other energetic materials, the case/housing, RF components, fragmenting materials, etc. constructed from military-grade and/or commercial/household items. It may also include person-borne, suspect packages or objects, and vehicle-borne threats. Technologies can address only "part" of the problem. Detection of each part of an IED has its own unique challenges. Emphasis would be placed on the following areas: a.Explosive Detection: This effort is to improve on current explosive detection (indicates an explosive is present) technologies for trace (non-visible amounts), small bulk (small visible amounts) and large bulk requirements (vehicles). Emphasis would be placed on technologies/systems with stand-off capabilities and/or potential to integrate with EOD robots for larger amounts of explosives. Threats include person-borne (PBIEDs), parcel/package and vehicle-borne VBIEDs using military, commercial and Home Made Explosives (HME). b.RF/Electronics Component Detection: This effort focuses on detecting obscured electronic or RF components of interest. The threat could be close-up as in a suspect package or required at stand-off distances in the case of roadside bombs (Explosively Formed Projectiles (EFPs), underbelly attacks, buried caches). c.Casing or Fragment Detection: This effort focuses on improving the capability of detecting and locating the metal content in the IED. This may be on a PBIED in the form of frag, in a buried military round in a roadway, through concrete barriers, etc. d.Other Novel Approaches: Any other technologies that can detect/locate IEDs using some other characteristics or components not mentioned above: change detection, IR signatures, soil disturbances etc. e.Long Range Camera Detection: Terrorists will often try to videotape EOD technicians while they are performing their mission in order to study the techniques used by EOD. The goal of this effort is to develop a technology for detecting the presence of operating video cameras at a distance of at least 100 meters. Additionally this technology should be able to provide a compass bearing, as well as height (in case of multi-story buildings) and distance estimate to aid in locating the camera. 2)IED Diagnose and Identification This area focuses on the identification of explosive materials used in or in the manufacture of an improvised explosive device's firing train, as well as the improved technologies to identify and assess an improvised explosive device. a.Explosive Identification/Confirmation: This effort is to improve on current explosive (indicates what kind of explosive is present) and industrial chemicals and materials identification (indicates the chemicals/compounds used in the manufacture of explosives) technologies for trace (non-visible amounts), small bulk (small visible amounts) and large bulk requirements (VBIEDs). Emphasis would be placed on technologies/systems with stand-off capabilities and/or potential to integrate with EOD robots. Requirements for technologies that can identify home-made explosives, precursors and military/commercial grade explosives are required also. b. Radiation/Biological/Chemical Detection/ Identification: This effort focuses on improving technologies used in the detection and location of IED's. Once the detection and location of an IED is confirmed, the EOD technician must diagnose the type and condition of the item. This technology would allow that function to happen properly. 3)IED Render Safe/ NeutralizeThis area focuses on new information/capabilities that can be used to neutralize improvised explosives devices. a.Fuze Sensitivity: In order to lay the ground work for potential future IED detection and defeat technologies, it is important to better understand how IEDs react to their environment. This effort is to improve/increase the information available regarding the impact of a variety of stimuli such as RF, light, acoustic, and radiation on IED fuzing electronics in order to look for potential reactions. b.Alternative Disruption Technologies: A need exists for disruptors that do not generate sparks or has the logistical trail associated with explosives or smokeless powder. Additionally, the projectiles utilized by current disruptors tend to be either solid projectiles, or water charges. There is the potential that other materials such as visco-elastic materials, which can behave like either a solid or a liquid depending upon stress conditions, may provide an enhanced capability for already fielded disruptors. EOD would benefit from research into the behavior of such materials when used as a disruptor charge. 4)IED Access/ExploitComputed Tomography (CT) Scanner: With the advent of 3-D printer technology (i.e. - stereolithography), there is the potential for EOD technicians to conduct a CT scan of a recovered device, the data from which could then be used to exploit or generate replicates of the original device. Additionally, CT technology could potentially be used in a manner similar to how an x-ray system is used today in order to create a 3-D model for use by EOD technicians in the field. This effort would focus on exploring the potential uses of smaller, more portable CT systems and conversion of acquired data for input into 3-D printer technologies. 5)Detection/Location of Buried MunitionsStandoff Detection of Buried Munitions This effort is to develop and demonstrate a system with the capability for stand-off detection and classification of buried UXO in real time and to increase current detection and discrimination of buried UXO. The purpose of this technology should provide extended detection depth, decrease the false alarm rate during UXO surveys and have the ability to discriminate ordnance targets from non-ordnance targets. The effort should culminate in a man-portable and user-friendly system and will serve as the functional and procedural prototype of a production system. 6)Diagnostics/Identification of Buried MunitionsIdentification of Buried UXO This effort is to develop new or improved technologies to identify buried munitions from cultural and geophysical anomalies. The focus will be to improve on discrimination from clutter. 7)Render Safe/Neutralization of Surface or Buried Munitions This effort is to develop a technology to render-safe ordnance that has been identified but has not been accessed. New Technologies to render safe/neutralize UXO: This effort is to develop new technologies such as directed energy systems for the purpose of neutralizing or rendering safe UXO. The emergent threat of firing devices which may use modern electronics, lasers, etc. extremely limit EOD personnel's ability to render safe these items by only mechanical disruption. Development of render safe procedures and new tools based on new technologies to counter these threats will provide increased capability and reduce risk to EOD personnel during and after render safe procedures. 8)Render Safe/Neutralization of Surface or Buried Munitions This effort is to develop technology to improve the ability for EOD missions to be performed remotely using unmanned ground vehicles.a. New Technologies for the Modeling and Simulation of Small Unmanned Ground Vehicles: Modeling and simulation (M&S) has become a critical capability in the deployment of unmanned ground vehicles over the past several years. M&S offers the ability to train EOD technicians offline, develop and test engineering design concepts, and assess human factors considerations. Although there are a number of commercially available M&S technologies on the market, there remain several capability gaps that limit the effectiveness of these tools. NAVEODTECHDIV is interested in addressing one of these gaps, namely, the capability to accurately model, in real time, vehicle terrain interaction for small wheeled and tracked unmanned ground vehicles (UGVs) under 1000 lbs as they traverse multiple terrains (grass, sand, mud, snow, hardpan, pavement, etc.). Current research in terrain mobility models has focused on very high-fidelity models that apply to one terrain at a time, usually require significant computation time, and were typically validated for much larger wheeled vehicles. The goal for this project is to achieve sufficient realism to capture the macroscopic behavior of an actual vehicle as it traverses multiple terrains. Proposed solutions must handle vehicle crossovers between different terrains. Modeling the deformation of the terrain is not a requirement for this application, although solutions that include this capability will also be considered. Empirical studies using actual UGVs may be required to validate the terrain mobility models. Solutions should be optimized for real-time computation on modern multi-core architectures and/or general purpose computing architectures. The provided software solution should be modular and capable of interfacing with a third-party multibody simulation package. b. New Technologies for Wireless Radio Frequency (RF) Command and Control for EOD Unmanned Ground Vehicles. Robust wireless command and control is essential to enabling remote EOD operations using unmanned ground vehicles. This effort is to develop improved waveforms and associated radio technologies optimized for the teleoperation of EOD unmanned ground vehicles. During teleoperation, robust bi-directional data and low latency, high resolution video is required. The ability to operate Non-Line-Of-Sight in urban environments, inside buildings, and in the presence of interference out to distances of 1 km is desirable. Waveforms developed as part of this effort should have the ability to be ported to Software Defined Radios (SDR) manufactured by multiple vendors. General Requirements for White Papers and Full Proposals: White Papers/full proposals shall be submitted to the following address: Naval Explosive Ordnance Disposal Technology Division, Attn: Tammy Winters, Code 052, Bldg. 2112, 2008 Stump Neck Road, Indian Head, MD 20640-5070. White paper/full proposal submissions must be in hard copy, with one (1) original copy and three (3) photocopies. White papers/full proposals submitted electronically or by fax will not be considered eligible. Each offeror should submit a cover sheet with its white paper/proposal. This cover sheet, which will not be counted against any page restrictions referenced in the Broad Agency Announcement (BAA), should include the BAA number BAAN427940902 name, address, telephone number, fax number, and email address for the technical and business points of contact on the project. 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 not considered to be responsive. Each white paper is limited to five pages in length and may address only one of the above areas. The white paper will consist of three primary sections: Technical, Managerial, and Cost. The Technical section shall state which category is 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. The Management portion shall include key personnel (include curriculum vitae), experience, facilities and a plan of action with milestones. The Cost portion shall include a cost breakdown of the effort being proposed. The effort should not exceed three years in length an! d the total cost should not exceed $1,500,000. White papers are due to the address listed above by 1600 (EDT) on 18 May 2009. It is anticipated that the evaluation of the white papers will be completed and disseminated to offerors by 15 Jun 2009. Full Proposals: Full proposals shall consist of three separate sections, one for Technical, one for Management, and one for Cost. All sections shall reference the BAA number and include the Offeror's project titles. Titles given to the proposals should address the areas that are being proposed. Proposals submitted shall include the following sections: (a) cover page including title and both technical and administrative points of contact, (b) SOW detailing scope of work and a detailed description of each task, (c) list of information and government furnished equipment (GFE) required, (d) a detailed cost breakdown by task including labor categories, labor rates, hours, subcontracts, materials, travel, and any remaining direct or indirect costs, (e) a description of deliverables, (f) a schedule including milestones and a time/cost profile, and (g) a description of the offeror's facilities, key personnel and experience in the area of interest. It is anticipated that full p! roposals will be due in the July 2009 timeframe. 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 may incrementally fund any award issued under this BAA. Central Contract Registration (CCR): Prospective contractors must be registered in the DoD CCR database prior to award of an agreement. By submitting an offer to this BAA, the offeror acknowledges the requirement that they 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. Evaluation of white papers/full proposals: Evaluations will be conducted using the following selection criteria, which are listed in descending order of importance: (1) Overall scientific and technical merits, (2) The 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, and (6) Proposed cost and fees. 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, 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 fo! r contract proposals that exceed $500,000 include universities/colleges, nonprofits, and large businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged 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.Other BAA Information: This notice constitutes a BAA as contemplated by FAR 6.102(d)(2). Offerors should state in their proposals that it is submitted in response to BAA427940902. 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 will not pay for proposal preparation costs. The cost of preparing proposals (including white papers) 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. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or! otherwise commit the Government. For more information regarding contractual matters, please contact: Tammy Winters, Code 052, NAVEODTECHDIV, (301) 744-6886. For more information regarding technical matters, please contact: Jennifer McKee, Code 521, NAVEODTECHDIV, (301) 744-6858, ext 227.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61557138b161579648bd17de1adec131&tab=core&_cview=1)
 
Record
SN01796639-W 20090419/090417221636-61557138b161579648bd17de1adec131 (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.