Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SPECIAL NOTICE

A -- Broad Agency Announcement for Combat Survivability Research & Development

Notice Date
9/13/2011
 
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-0056
 
Archive Date
9/27/2012
 
Point of Contact
Terry L. Miller, Phone: 301-737-2590, Milton R. McCray, Phone: 301-737-2781
 
E-Mail Address
terry.miller@navy.mil, milton.mccray@navy.mil
(terry.miller@navy.mil, milton.mccray@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to Broad Agency Announcement (BAA) N00421-11-R-0056, Combat Survivability Research and Development, 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 the Naval Air Systems Command (NAVAIR) and the Combat Survivability Division (AIR-4.1.8) under the System's Engineering Department are solicitating proposals for basic, applied research, and demonstration/validation concepts in the area of survivability to support current and future Naval Aviation needs. Concepts proposed may represent novel dedicated technologies and/or dual use of new emerging commercial technology. Demonstration and validation may be proposed when it promotes feasibility. AREAS OF INTERESTS: Areas of interests include but are not limited to coupons, technical papers, or product samples are requested to demonstrate innovative self-sealing technology/ material for fuel cells after ballistic impact. Materials should improve on any technical characteristics required per MIL-DTL-27422D including but not limited to: time to seal, projectile caliber, coring, crashworthiness, hydrodynamic ram resistance, operating temperatures, service life, and dependency on supporting systems (i.e., backing board, foam, and structure). Improvements in life cycle durability should also be considered, including but not limited to: scuffing, tearing, delamination, flexibility, and improved installation. Material shall be compatible with fuels consisting of: 100% JP5 or JP8, a 50%/50% mix of JP5 (or JP8) and any synthetic biofuel, and all combinations in range. Capability may also be demonstrated with up to 100% synthetic biofuel, and all combinations in range. Preliminary material manufacturability and affordability data should also be included. WHITE PAPER SUBMISSION: Interested parties may submit a White Paper addressing one or more of the areas listed above. Offerors shall submit a White Paper electronically to the Contract Specialist listed below in Microsoft Word format. The White Paper shall not exceed fifteen (15) pages, and include; (1) a summary of the proposed concept; (2) an estimated period of performance (POP) including phases (if applicable) and (3) a rough order of the cost magnitude. The Government reserves the right to select all, some or none of the White Papers submitted. The Government will advise regarding intent to pursue the proposed concept within ninety (90) days from receipt. If the proposed concept meets the 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 Applications (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 proposal 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 total period of one-hundred and twenty (120) days; (6) fee shall not be applied to cost reimbursable travel or cost reimbursable other direct costs; and (7) Work statements shall be 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 will be based on; (1) overall scientific and technical merit, (2) the offerors ability to demonstrate feasibility, (3) the offerors experience, facilities, techniques or unique combinations of these criteria which are integral for achieving the proposed objectives, and (4) realism of proposed costs. Contract proposals will be evaluated in accordance with FAR 15 and FAR 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 USC 2358 or Technology Incentive Awards under 10 USC 2371 or 10 USC 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 modification may be executed to satisfy additional requirements found to be within the scope of the contract, thereby providing flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, the modification will be considered to have been issued as a result of the 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 contract. Offerors are cautioned that only a Contracting Officer is legally authorized to commit the Government. POINT OF CONTACT: The offerors may contact Mr. Jim Young at (301) 342-0157 james.c.young@navy.mil for technical issues, and for contractual assistance and White Paper submittal contact Mr. Terry Miller at (301)737-2590 or terry.miller@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0056/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02575033-W 20110915/110914001214-66ca5bd52a5ab14d3ac82f1107b07340 (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.