Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

A -- Missile Defense Agency Science and Technology Advanced Research (MSTAR) BAA - MSTAR BAA Contract Clauses - MSTAR BAA Reps and Certs - MSTAR BAA Proposal Prepartion Instructions

Notice Date
10/1/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACV, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
HQ0147-10-MSTAR-BAA
 
Point of Contact
Janice S Olson, Phone: 256-313-9497
 
E-Mail Address
janice.olson@mda.mil
(janice.olson@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
MSTAR BAA White Paper and Proposal Instructions for Educational Institutions MSTAR BAA Reps and Certs. Additional information requested to be submitted as part of proposal. MSTAR BAA clauses. Notice of use of particular local MDA contract clauses for any resultant contract. The Missile Defense Agency (MDA) is charged with developing and fielding a Ballistic Missile Defense System (BMDS) to protect the United States (US), as well as US allies and friends from a ballistic missile attack. The MDA Ballistic Missile Defense layered approach includes sensors, directed energy systems, battle management, and command control elements that will engage threat missiles in all phases of flight, from Boost and Early Intercept Phases through Midcourse into Terminal Phase. MDA efforts are focused on making the BMDS more robust against the widening threats, and increasing capabilities to handle a broad range of unknown missiles, warheads, trajectories, and adversaries. MDA must have the ability to detect, track, identify and kill the ballistic missile. MDA Advance Technology Directorate (DV) instituted the Missile Defense Agency Science and Technology Advanced Research (MSTAR) program to fund relevant advanced research at qualified accredited domestic colleges, universities or institutions of higher learning and to support training of future scientists and engineers in the field of missile defense. This BAA is a recurring, competitive solicitation and contract vehicle to allow DV to identify and acquire emerging technologies, innovative concepts, and advanced algorithms to improve the BMDS capability and fill technology gaps. This Broad Agency Announcement (BAA) is issued under the provisions of Federal Acquisition Regulation (FAR) 6.102(d) (2), which provides for the competitive selection of research proposals. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, "The Competition in Contracting Act of 1984." Any contracts awarded from this BAA must comply with the International Traffic in Arms Regulation (ITAR). Proposals are solicited only from eligible domestic accredited colleges, universities or institutions of higher learning registered by the U.S. Department of Education. Any award resulting from this BAA will be made only to an offeror that is a qualified education institution at time of award. If the proposal is based on a subcontract or teaming arrangement, the college, university or educational institution submitting the proposal is required to perform 50 percent or more of the effort. For planning purposes, Firm-Fixed Price or Cost level of effort or completion type contracts are anticipated. Although subject to official fiscal appropriation and availability, it is anticipated that each MSTAR contract is projected to be funded between $600,000 and $800,000 for a period of two or three years. Funding ceilings are $300,000 a year during the two year base period of performance with a potential option for a third year of performance funded at a maximum of $200,000. Inclusion of options in any contract is at the discretion of the Government. The Government is also not obligated to exercise any option period included in an awarded contract. MDA requires that lead Principal Investigators of institutions submitting a proposal under this program hold US citizenship. MDA desires that participating students conducting research for or sponsored under this program award, hold US citizenship. In addition, the Government reserves the right to request special justification for considering any student who is a non-US citizen, but who holds a valid green card, for participation in research for or sponsored through this program award. Students without valid green cards are ineligible for consideration and participation altogether. If MDA decides to pursue a concept, the appropriate level of funding will be identified, and a final proposal will be requested by a MDA Contracting Officer in writing. Funding of research within MDA areas of interest will be determined by funding constraints and priorities set during the budget cycle. Therefore, those contemplating submission of a proposal are encouraged to contact the MDA technical point of contact, Richard Schwarz, MDA/DVI; 256-955-1835, to determine the likelihood of funding prior to committing resources to preparing a proposal in response to this BAA. Coordination with the technical point of contact prior to proposal submission allows earliest determination of the potential for funding and avoids contractor and Government time spent on efforts that may have little chance of being supported. Any awards are anticipated to occur early in fiscal year (FY) 2010 through FY 2011. Research Topics MDA/DV is interested in development of advanced technology research in technologies for each missile defense phase encompassing the entire engagement sequence to include Surveillance, Acquisition and Tracking, Discrimination, Communications, Engagement Planning, Threat Engagement, Evolving Threats and Countermeasures, and Kill Assessment. The following eight technology research topic areas pertain to the BMDS in all phases of the missile defense threat scenario: (1) Radar Systems: including but not limited to integrated system concepts; cross sections and signatures; measurements (waveforms, data extraction); advanced measurement capabilities for range and velocity which are robust against countermeasures; transmit/receive modules; radar signal processing; data visualization; data compression; image interpretation; and passive RF systems. (2) Lasers and Electro-Optical Systems: including but not limited to high energy lasers; light weight/scalable fiber; solid state; gas and liquid phase lasers; improved diode laser arrays; chemical laser improvements; high energy laser power supplies and thermal control systems; optical beam control and stabilization technologies; large light-weight space qualifiable optical telescopes; optical beam combining and phased array concepts; fast beam steering concepts; innovation Multi-Spectral and Hyper-Spectral concepts; laser target acquisition; pointing and tracking concepts; light-weight active imaging; active ranging transmit/receive subsystems including light-weight; efficient laser transmitters; integrated active imaging; active ranging optical systems; high bandwidth photon counting receiver arrays and novel active imaging; active ranging signal processing concepts/algorithms. (3) Integrated Active/Passive IR Sensor Systems: including but not limited to active imaging; active ranging transmit/receive systems; optical signal processing; passive EO/IR systems including ideas and concepts for IR materials and Focal Plane Arrays (FPAs) having the following desired features: large format size; multicolor capability; manufacturable; affordable; capable of extending to VLWIR detection at temperatures higher than 35K; Read-Out electronics; lightweight EO/IR kill vehicle sensors and seekers with high frame rate capability; Fast Readout Large Format FPAs for Hyperspectral imaging; Non-E/O sensors for post impact warhead typing (in-situ or standoff); Hardware-in-the-loop (HWIL) testing of Multi-/Hyper-Spectral Sensors; HWIL testing of Active imaging; active ranging systems in a thermally controlled vacuum environment; test of ground, air, space, sea-based sensor system operations (all wavelengths considered). (4) Computer Science, Signal and Data Processing: including but not limited to digital electronics and signal processing; novel signal and guidance processing architectures for high frame rate seekers; machine implementation of algorithms; analog circuits and communications; computer vision; distributed computing. (5) Mathematics, Probability, and Decision Theory: including but not limited to algorithms; decision Systems; decision theory and modeling; estimation; prediction; pattern recognition; identification; discrimination; classification; data fusion; and sensor fusion. (6) Physics, Chemistry, and Materials: including but not limited to the study of phenomenology associated with missile detection; tracking; and discrimination; infrared and optical signatures; energy conversion; fuel cells and battery technology; kinetic impact and post-impact phenomenology and associated signatures; rocket plume analysis; Spectral Imaging for threat/decoy discrimination; and integration of conventional silicon technology with new nanostructures (i.e., carbon nanotubes or nano-materials) for next generation interceptor sensors. (7) Mechanical and Aerospace Engineering: including but not limited to Space Systems; Micro satellites to include: bus and payload designs; precision guidance; homing navigation; Guidance; Navigation & Control (GNC); target tracking and prediction; subsystems, and components-such as precision propulsion and constellation networking; missile system aerodynamics; high maneuverability divert/axial propulsion; liquid and solid Divert and Attitude Control Systems (DACS); reentry physics; guidance and control; kill vehicle lethality enhancement; materials science to include lightweight; thermo-resistant materials for boosters and kill vehicles; lightweight structures with embedded radiation shielding; also of interest are the prediction; quantification; and compensation of Aero-Optic effects of turbulence on imaging sensors. (8) Battle Management/Command and Control: including but not limited to engagement planning; sensor and weapon resource management; tactics; intelligence exploitation; evolving threats and countermeasures; target tracking; Human in the Loop (MDA Operations) Intelligence Processing and Decision Making in Near Real Time; information processing and computing technologies; Launch platform-Interceptor communications; Interceptor-Interceptor communications; Interceptor-launch platform communications; Aircraft mountable High Bandwidth Communications (T1 minimum; T3 or greater preferred) for line of sight and over the horizon (OTH) data transfer; Lethality Assessment Technologies; non-real-time; non-tactical (not kill assessment) test applications; fire Control; and; distributed real-time simulations using reconfigurable objects (all digital, hardware-in-loop or live). If you are interested in this opportunity, please respond to MDA with the following: (1) A summary concept proposal (no more than ten pages) which succinctly illustrates the proposed technical approach, as well as its rationale and objectives, methodology, expected results, and potential contribution to the MDA program using the attached Proposal Instructions. (2) Proposal Rough Order of Cost Magnitude (ROCM), using the attached Cost Proposal Instructions paragraph. (3) A suggested program plan, statement of work and schedule using the attached Proposal Instructions paragraph (4)(c). (4) A description of the offeror’s capabilities, relevant experience, and facilities using the attached Proposal Instructions paragraph (4)(d). (5) A signed copy of the attached Representations and Certifications Evaluations may take up to six months from receipt of proposals to complete. If selected for award MDA will request a detailed cost proposal as requested in the attached proposal instructions. DO NOT SUBMIT THE FULL COST PROPOSAL UNTIL YOU RECEIVE A REQUEST FROM THE CONTRACTING OFFICER FOR THIS INFORMATION. The Government may use selected Federally Funded Research and Development Centers (FFRDC), support contractors, and other non-governmental personnel to assist in the evaluation and administrative handling of proposals submitted in response to this announcement. These persons are bound by appropriate non-disclosure agreements to protect proprietary and source selection information. Additionally non-government employees must disclose all applicable corporate organizational conflicts of interest as well as any personal financial conflict. Submission of proposals under this BAA constitutes the offerors acknowledgment and consent to the use of contractors during the evaluation process. The evaluation team will evaluate and make recommendations for award, based on a peer or scientific review process in accordance with FAR 35.016(d) and (e). The primary basis for selecting proposals will utilize the below listed evaluation factors by applying the delineated criteria as follows: EVALUATION FACTORS AND CRITERIA MDA will evaluate responses based upon the following five technical factors (weighted equally) and a cost evaluation: (1) Scientific and technical excellence of the research and its relevance to MDA goals with special emphasis on innovation, originality, and uniqueness; (2) The offeror's capabilities, relevant experience, and facilities; techniques, or unique combinations of these are integral factors for achieving the proposal objectives; (3) Qualifications, capabilities, and experience of the proposed principal investigator, team leader, and/or key personnel that are critical in achieving the proposal objectives; (4) Ability of the proposed effort to make progress toward demonstrating the feasibility of the concept in accordance with MDA programmatic needs; (5) Adequacy of management planning and controls; demonstrated ability to deliver results from research projects, on schedule, on or under cost; and Cost will be evaluated against the government's estimate of the cost of completing the contract using the technical and management approaches proposed; total evaluated probable cost consists of the government's estimate of the realistic cost of completing the offerors proposals, to include the government's assessment of program risk, and additional costs to the government such as government-furnished property, government-furnished information, transportation, the duplication of previously awarded contracts submitted by the offeror, similar technology efforts pursued elsewhere and other cost related factors. The following criteria will be applied to each factor for evaluation of each offeror’s proposal: (1) The scientific excellence and innovative quality of the proposed technology or application; (2) The offerors’ capabilities, relevant experience, and facilities; and (3) The relevance of the technology or application to the MDA program, to include maturity and level of risk; (4) Demonstrated ability or clear plan to deliver results from research projects on schedule and under cost. No further evaluation criteria will be used. The government intends to evaluate and recommend awards based upon its evaluation of proposals without discussions; however, the government reserves the right to hold discussions and solicit final technical proposal revisions if deemed necessary. The Government reserves the right to select for award any, all, part, or none of the proposals received in response to this announcement. Offerors are reminded that this BAA is for the acquisition of advanced technology for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. Proposals related to the development of a specific system will be returned as non-responsive. This BAA covers the fiscal year 2010 and 2011 timeframe. Response date for 2010 submission is not later than 18 November 2009. Response date for 2011 will be established when the BAA is reposted next year. Issuance of this BAA does not obligate the Government to pay any proposal preparation costs (to include those proposals selected for award). Contracting Points of Contact: Contract Specialist, Keenan Sease, Phone (256) 971-9797 x108, Email keenan.sease.ctr@mda.mi; Contracting Officer, Janice Olson, Phone (256) 313-9497, Email janice.olson@mda.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/MDA/MDA-DACV/HQ0147-10-MSTAR-BAA/listing.html)
 
Record
SN01977769-W 20091003/091001235237-c164a22fc06328822d935d6b3396739d (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.