Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SPECIAL NOTICE

A -- BROAD AGENCY ANNOUNCEMENT FOR WARFIGHTER DEVELOPMENTAL PROTECTIVE CLOTHING AND DEVICES

Notice Date
3/14/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-11-R-0035
 
Archive Date
3/28/2012
 
Point of Contact
Krista K Hayden, Phone: (301) 757-9069, Melinda K Stann, Phone: (301) 757-6526
 
E-Mail Address
krista.hayden@navy.mil, melinda.stann@navy.mil
(krista.hayden@navy.mil, melinda.stann@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to Broad Agency Announcement (BAA) N00421-11-R-0035, Warfighter Developmental Protective Clothing and Devices, submitted in accordance with the guidelines set forth herein, will be accepted at the Contracting Office for a period of twelve (12) months from the date of this announcement. This Broad Agency Announcement is for Advanced Research/ Technology Development in accordance with FAR 35.016. No formal solicitation will be issued. AREAS OF INTEREST - Areas of interest include but are not limited to: (1) protection against G-induced loss of consciousness, loss of situational awareness, spatial disorientation, and high altitude hypoxia; (2) micro/nanotechnology applicable to life support and protective devices; (3) protection against hypothermia/hyperthermia; (4) auxiliary or integrated human cooling and heating systems; (5) integrated helmet mounted displays, multi-mode helmet vision system technology; (6) advanced filter/device development for eye and/or sensor protection; (7) warfighter/equipment compatibility; (8) breathing systems and advanced concept approaches for current and future applications; (9) crash protection, advanced restraint systems (all axes of restraint), accelerative loads reduction and seating concepts; (10) emergency egress/escape concepts such as but not limited to improved signaling/locating, thermal signature reduction, and day/night cloaking technologies (11) integrated communications systems; (12) hearing protection and communication capabilities in high noise environments (13) integrated floatation systems; (14) human strength enhancement technologies; (15) garment textiles/materials, flame resistant/ melt-proof fibers, webbings, water-proof, high-stretch, breathable fabrics, durable, malleable, lightweight conductive-network fabrics, low-bulk/high flexibility vascular compression mechanisms for acceleration protection, fast-response cooling/heating textiles; (16) crew/ workstation design; (17) lightweight, portable power sources, recharging and scavenging technologies, and (18) other personal protective technologies. WHITE PAPER SUBMISSION- Interested parties may submit a white paper, addressing one or more of the areas listed above. The proposed research/technology development shall be limited to approaches where concept feasibility has already been demonstrated. Offerors shall submit a white paper electronically to the Contract Specialist at krista.hayden@navy.mil. The white paper shall not exceed ten (10) pages and include: (1) a summary of the proposed concept, (2) an estimated period of performance (include phases if applicable), and (3) a rough order of cost magnitude. Cost of white paper preparation is not considered an allowable direct charge to the resulting contract or any other contract. More than one white paper may be submitted during the twelve (12) month period following publication of this announcement. White papers will be forwarded for technical review upon receipt. The Government reserves the right to select all, some, or none of the white papers received in response to this announcement. The Government will advise regarding intent to pursue the proposed concept within 90 days from receipt. If the proposed concept meets program requirements, and funds are available, the Government will request a full technical and cost proposal. FULL PROPOSAL SUBMISSION - If the Government requests a full proposal, please note the following: (1) Offerors shall complete the On-line Representations and Certifications Application (ORCA) before submission of a proposal (http://www.bpn.gov/orca); (2) Offerors shall be current in the Central Contractor Registration (http://www.ccr.gov); (3) Offerors are advised to submit a subcontracting plan in accordance with FAR 19.7 if applicable with proposals; (4) Offerors shall review technical data rights clauses found under FAR 27 & DFARS 227 and propose technical data restrictions and reference applicable clauses; (5) Cost proposals shall be prepared in accordance with Table 15-2 under FAR 15.408, and remain valid for a period of 120 days; and (6) Work statements shall be prepared in accordance with FAR 35.005. The cost of preparation and response to this BAA is not considered an allowable direct charge to the resulting contract or any other contract. FULL PROPOSAL EVALUATION - Selection shall be based on: (1) overall scientific and technical merit, (2) the offeror's ability to demonstrate feasibility (3) the offeror's experience, facilities, techniques or unique combinations of these criteria which are integral for achieving the proposed objectives, and (4) realism of proposed cost. Contract proposals will be evaluated in accordance with FAR 15 and 35.007. CONTRACT TYPE - NAVAIR is willing to consider various types of procurement vehicles using FAR/DFARS and/or non-procurement assistance vehicles using DoDGARS, such as Grants/Agreements under 10 U.S.C. 2358 or Technology Incentive Awards under 10 U.S.C. 2371 or U.S.C. 2358 (Congressional direction requires that at least 50 percent of the cost of a project under this initiative be provided by industry) and Section 845, Authority to Carry Out Certain Prototype Projects. The appropriate contract/agreement type is ultimately determined by the Contracting Officer. Research may result in the need for additional services/supplies, which are not possible to anticipate or project. Contract modifications may be executed to satisfy these requirements, thereby providing flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of the contract, which resulted from this BAA, and therefore will have met FAR/DFARS requirements and the Competition in Contracting Act. AWARDS - Contract awards will be based on the proposal's technical merit, cost, and availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror prior to award of a contract. Offerors are cautioned that only a Contracting Officer is legally authorized to commit the Government. POINTS OF CONTACT - The offeror's may e-mail Dr. James Sheehy (james.sheehy@navy.mil) for technical issues, and Ms. Krista Hayden (krista.hayden@navy.mil) for contractual guidance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0035/listing.html)
 
Place of Performance
Address: VARIOUS, United States
 
Record
SN02400486-W 20110316/110314234644-1a0ac5e2fcdba40c38c3fbd65f828b8e (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.