Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

A -- SBIR Topic N151-015 entitled, "Minimized Space, Weight and Power Network Architecture Solution."

Notice Date
1/18/2017
 
Notice Type
Justification and Approval (J&A)
 
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 Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-C-0068
 
Archive Date
2/17/2017
 
Point of Contact
Elaine M Lovering, Phone: 732-323-5221
 
E-Mail Address
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-17-C-0068
 
Award Date
1/18/2017
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of the Action Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III contract to Architecture Technology Corporation (ATCorp), Eden Prairie, MN. ATCorp was awarded SBIR Phase I contract number N68335-15-C-0240 on 9 JUN 2015, resulting from Solicitation 15.1, Topic N151-015. Topic N151-015 was titled, "Minimized Space, Weight, and Power (SWaP) Network Architecture Solution." Topic N151-015 sought the development of a single card/box network solution with minimal SWaP requirements that is compatible with existing aircraft data links architecture and provides data routing, switching, optimization, security, and monitoring. Advanced airborne sensor systems provide highly detailed and accurate data for detection, identification and targeting. This data can be very valuable to distributed platforms that are connected together in Internet Protocol and other networks. Radar, signals intercepts, imagery, and other electromagnetic data can be highly valuable when shared between multiple platforms simultaneously. Data fusion and data correlation systems can build highly accurate tactical situational awareness when aggregating data from multiple sensors, but data must be aggregated in real-time or near-real-time over airborne networks to enable these systems and contribute to the Integrated Warfighting Capability of the Navy. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I effort described in paragraph 2 and is to provide NAVAIR, Unmanned Carrier Aviation Program Office (PMA-268) with continued research and development under SBIR Topic N151-015. The contractor shall deliver ten complete flight ready prototypes of a Minimized SWaP Network Architecture Solution; provide engineering data to support prototype installation and flight testing; provide support to NAVAIR in installing and testing prototype in laboratory and aircraft environments; and to update the prototype's Minimized SWaP Network Architecture Solution based upon the results of laboratory and flight testing. This effort leverages the design and development of the Secure Lightweight Integrated Communications Equipment TM hardware solution and extends it to cover the environmental and performance requirements of multiple types of aircraft, as well as demonstrating a multi-enclave capability. The deliverables of this Phase III effort are ten (10) prototypes of the Minimized SWaP Network Architecture Solution sets; and data in accordance with the CDRLs. This effort will be contract N68335-17-C-0068. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period." Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIRProgram. As described above, only ATCorp is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I. 9. Any Other Supporting Facts. Not Applicable. 10. Listing of Interested Sources. Not Applicable. 11. Actions Taken to Remove Barriers to Future Competition: The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: 12 months Option(s): None 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation: 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis. No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only ATCorp is being considered for Phase III award due to the nature of the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-C-0068/listing.html)
 
Place of Performance
Address: Eden Prairie, Minnesota, 55344, United States
Zip Code: 55344
 
Record
SN04374300-W 20170120/170118234608-91c45cf81205a8450edddb7f7d6bb419 (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.