Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1996 PSA#1525

Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591

A -- BROAD AGENCY ANNOUNCEMEENT FOR FEDERAL AVIATION ADMINISTRATION AIRPORT SURVEILLANCE SENSORS SOL BAA-96-001 DUE 093096 POC TECHNICAL: Lewis Buckler, AND-410, (202)267-5996 (FAX), lbuckler@mail.hq.faa.gov (Internet); CONTRACTS: Barbara Doherty, ASU-320, (202)267-7801 The Federal Aviationa Administration (FAA) is interested in receiving technical and cost proposals for scientific research related to airport surveillance radars. The stdies should promote aviation safety and the more efficient use of terminal airspace. Examples of safety and capacity issues are: (1) detection and position of such hazards as thunderstorms, hail, wind shear, microbursts, wake vortices, flocks of birds; (2) position of airbourne aircraft; (3) velocity and direction of winds aloft; and (4) prediction of (a) winds around airports, and (b) position and severity of microbursts. The aforementioned are examples only. The FAA is not requesting proposals specifically related to these topics. Scientific research includes trade studies, proof of concept efforts, and data collection and analysis. Prior to development of a formal proposal, each offeror shall submit one copy of a not to exceed three (3) page technical summary white paper for review to see if the subject effort is of interest to the agency. The technical summaries shall briefly address the major thrust of the effort, the importance to the FAA, and the technical merit. If the subject is of interest to the agency, the offeror will be requested to submit an original plus four (4) copies of the technical proposal and an original plus two (2) copies of the cost proposal. The technical proposal should be separate from the cost proposal and should not exceed thirty (30) 8 1/2 x 11 inch single-spaced typed pages and should address the major thrust of the effort, the six (6) evaluation factors below, and the proposed deliverables and delivery schedule. Desirable deliverables are short monthly technical and management progress reports, presentation materials (as required), and preliminary and final technical report (15 copies each). Desirable reviews and meetings: post award conference, draft final report review, and informal in-progress reviews. All technical proposals must include a discussion of the nature and scope of the effort, the method or technical approach, and the expected results of each effort. In addition, the proposal must demonstrate how the proposed effort will promote aviation saftey and/or more efficient use of the airspace. The offeror must identify restricted rights to any parts of the offer, if any, including computer software, and mark all pages containing proprietary or restricted use data. Information must be included on prior work/experience in the field of surveillance radars, the available facilities, and resources, including resumes of key people participating in the proposed research effort. Each proposal shall be valid for six (6) months from the date it is submitted to the FAA. Propodals must provide a realistically acheivable program approach for completing the proposed research in order to qualify for consideration for award. Proposals submitted must be responsive to this announcement, and proposals shall reference the BAA Number identified above. All proposals will be acknowledged and reviewed. The technical summaries and subsequent proposals shall be mailed to the Federal Aviation Administration, ATTN: James Rogers, AND-410, 800 Independence Avenue, S.W., Washington, DC 20591. No additional formal request for proposals or other solicitaitons regarding this effort will be issued. The accompanying cost proposal(s)/price breakdown shall be supplied on a SF 1411 Form, together with a supporting detailed cost breakdown. Copies of the SF 1411 Form may be obtained from the Contracting Officer, Barbara Doherty. Selection for contract award will be based on the following evaluation criteria and the reasonableness and realism of the proposed cost. The technical criteria for selecting offerors for negotiation under this announcement in descending order of importance, are: (1) Importance to the Agency Missions. How important is the research in promoting the safe and efficient use of the airspace surrounding airports? Included is the degree to which the research can be used to improve surveillance sensors. (2) Technical Merit. How much will the techical concepts, approaches, and experimentation contribute to the advancement of the state-of-the-art in FAA surveillance radars? Included are the merit of the ideas, technical promise, and approaches. (3) Corporate and Key Personnel Experience. How experienced are the offeror and the key personnel in conducting related sensor and signal processing algorithm development? The competence and availability of experienced engineering, scientific, managerial, and other technical personnel will be rated. (4) Technical/Cost Risk. The degree of technical and/or cost risk associated with the proposed effort will be rated. The extent to which the planned approach defines a schedule and deliverables in a realistic manner with appropriate milestones, phasing, and resources will be considered. 95) Equipment and Facilities. What is the availability and quality of the necessary contractor-provided equipment and facilities? No GFE will be provided. (6) Level of Subcontracting. The extent and nature of any subcontracting required will be rated. Subcontracting is discouraged. (7) Cost Realism. For evaluation purposes, the technical evaluation criteria are condiered significantly more important than cost. As a result, though cost realism will be evaluated, it will not be weighted. Proposals will be evaluated by a peer or scientific review process using the above evaluation factors. Some of the evaluators will be non-Government employees. All evaluators have signed appropriate nondisclosure agreements and organizational conflict of interest statements. The Government may award a contract without further discussions. The Government reserves the right to select for award any, all, a part thereof, or none of the proposals received in response to this announcement. The overall ability of the agency to fund any proposed effort is subject to funds availability. Offerors are encouraged to contact the Contracting Officer, Barbara Doherty, to obtain clarification of contractual issues and cost proposal format or pricing information. Contract Data. (a) The type of contract anticipated: cost sharing or cost plus fixed fee completion. The GOvernment expects to award multiple contracts to obtain the maximum number of ideas from the public and does not expect to award any one contract for more than $500,000. Offerors are encouraged to contact: Lewis Buckler (see above) concerning their plans to respond to this announcement. The BAA is open and effective until September 30, 1996 (the not to exceed three 93) page technical summary is due by this date) or until canceled or withdrawn. Offerors are cautioned that only contracting officers may contractually commit the Government, and any such commitment must be received in written form. No oral explanation or clarification obtained from any individual, including the Contracting Officer and Technical Officer, can change the provisions of this BAA. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0009 19960205\A-0009.SOL)


A - Research and Development Index Page