Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

A -- SBIR Phase III Topic N111-016 Optimizing Track-to-Track Data Fusion for Variable Cases

Notice Date
3/7/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
N6833518F0005
 
Archive Date
4/4/2018
 
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
N6833518F0005
 
Award Date
3/5/2018
 
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 Basic Ordering Agreement (BOA) order to Toyon Research Corp. (Toyon), Goleta, CA. Toyon was awarded SBIR Phase I contract number N68335-11-C-0347 on 2 May 2011 resulting from Solicitation 11.1; Topic N111-016 entitled "Optimizing Track-to-Track Data Fusion for Variable Cases." Toyon was subsequently awarded SBIR Phase II contract number N68335-12-C-0206 on 7 June 2012. Toyon was awarded SBIR Phase II.5 contract number N68335-16-C-0237 on 11 May 2016. Toyon was also awarded SBIR Phase III BOA number N68335-17-G-0026 on 1 March 2017, and this will be the second order placed against the BOA. Topic N111-016 sought to develop a method that would analyze different approaches of combining tracks from multiple disparate data sources and identify the approach that results in the best overall track accuracy within the processing and time constraints available. Phase I sought to determine the feasibility of the proposed approach by tailoring simulation for a specified problem or domain, develop a set of relevant scenarios, and provide data sets as the basis for further analysis. Phase II sought to refine simulation based on Government provided information and produce refined data sets, and provide discussion and results to help validate model assumptions. The goal was to use data sets to provide a comparison between the various track-to-track methodologies; perform analysis to quantitatively show comparison tracking results; perform initial approximation to quantify how data sources and methods relate; and demonstrate the prototype system. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and II efforts described in paragraph 2, and is for Verification, Validation, and Accreditation (VV&A) of Simulation of the Locations and Attack of Mobile Enemy Missiles (SLAMEM). Partial and insufficient characterization of data fusion systems is currently performed through various prime contractors at a substantial cost to the Government. VV&A is required to utilize SLAMEM for Government acceptance of requirements as met by the data fusion capability. This is important because a majority of data fusion systems undergo limited flight test, primarily to prove data pass through. SLAMEM provides the capability to quantitatively characterize the performance of a fusion system using software and hardware in the loop testing. By conducting the VV&A process, SLAMEM can be utilized for Operational Systems. A nalysis will be performed on the BAE Systems Corporation All-source Track and ID Fuser (ATIF) Data Fusion engine using the Performance Analysis Toolbox. This will include extending SLAMEM to provide E-2D aircraft with simulated source data to ATIF, and testing performance analysis of the ATIF data fusion product. The deliverables of this effort include enhanced SLAMEM software, validation evidence for the SLAMEM sensor models; limitations of the SLAMEM VV&A, software test reports, and training. Deliverables also include performance analysis of ATIF and ATIF simulation/stimulation and Analysis Hardware and Software, and data deliverables. This effort will be delivery order number N68335-18-F-0005 against BOA N68335-17-G-0026. 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 and II, 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 SBIR Program. As described above, only Toyon 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 and Phase II. 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: 36 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 Toyon 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/N6833518F0005/listing.html)
 
Place of Performance
Address: Goleta, California, 93117, United States
Zip Code: 93117
 
Record
SN04846946-W 20180309/180307232205-7bcf5b4af6ca5940cf591500ab694717 (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.