Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1996 PSA#1690

NCCOSC RDTE Division, Code 214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113

A -- ROBUST GUIDANCE, NAVIGATION AND CONTROL PROGRAM SOL N66001-97-X-8600 DUE 110197 POC POC Ms. Debra Clark, Contract Specialist, (619)553-4534. Contracting Officer, Ed Brown. Robust Guidance, Navigation and Control Program Naval Command, Control and Ocean Surveillance Center, Research, Development, Test, and Evaluation Division (NCCOSC RDT&E DIV) and the Defense Advanced Research Projects Agency (DARPA) Tactical Technology Office are seeking research proposals that will greatly increase the robustness, portability and battery endurance of precise geo-positioning and related technologies for dismounted soldiers, weapons and manned/unmanned air/ground platforms. Technologies of interest include but are not limited to: robust GPS receivers to include low power and direct P(Y) GPS signal acquisition; robust GPS receiver antenna arrays; GPS carrier phase tracking; additional GPS system aids such as ground/airborne pseudolites; low power, high performance and g-insensitive clocks; inertial navigation and guidance; solid state accelerometers; auxiliary geolocation techniques such as digital LORAN receivers and height/elevation sensors; and Microelectromechanical (MEMs) Inertial Navigation Systems (INS) sensors. Innovative designs include but are not limited to modular, robust, low power, miniaturized systems to provide precise geolocation outdoors, inside buildings and tunnels, in urban areas and on airborne platforms. Robust Guidance, Navigation and Control efforts shall develop enabling technologies to improve the geolocation accuracy, in the presence of jamming, while increasing mission endurance. Potential applications include, but are not limited to, upgrades and newly developed systems for: (a) handheld GPS receivers for low power, robust geolocation accuracy; (b) weapon system GPS integrated receivers to improve the robustness and improve antijam performance; and (c) precision targeting systems. Proposed efforts should include integration and demonstration of the selected technology using industry standards, such as PC-cards, for handheld operations. Technology should be of a modular design, where appropriate, to facilitate wide application and ease of insertion into multiple systems. Bidders must address enabling technological feasibility, performance capabilities/improvements, predicted production cost, supporting simulations (as appropriate) and test and demonstration plans. Each effort will include all software development necessary to support application-specific feasibility demonstrations and performance benchmarking. Teaming of multiple contractors with complementary strengths in high-speed, low power circuit design; power management; RF front-end design; computing architectures; software development, and system engineering/integration/retrofit is encouraged. Developers must demonstrate that their hardware/software systems provide major performance increases and reduction in power/size for the proposed geolocation system. Robust Guidance, Navigation and Control efforts should be proposed as multiphase programs. Phase 1 will focus on definition of the proposed technology, payoff/performance predictions and feasibility experiments. Subsequent phase(s) shall logically develop/produce the proposed technologies/systems and demonstrate the final systems in realistic environments/ scenarios. PROPOSAL REQUIREMENTS: Proposals must: (1) Define the envisioned hardware and accompanying software design in considerable detail, specifying: overall system architecture; hardware components (processors, busing/switching, memory, power management, battery, antenna, input/output and sensor interfaces, access to configuration workstation, software methodology and tools, etc.) to be used or developed; packaging and configuration; weight, size, and power; and environmental operating characteristics. (2) Provide an equally detailed definition and description of the proposed approach to system and application development. (3) Provide a statement of work, schedule, list of deliverables and costs for all phases of the proposed program. Identify cost sharing. (4) Provide justified estimates of the capabilities, performance, and projected unit cost at full production of the proposed system, and compare these metrics to those of current high-performance systems. Base the projected unit production cost on a quantity of 10,000 (when appropriate) in FY1997 dollars. (5) Specify a task that will be used to benchmark overall performance of the system. This task must be a realistic stressing application associated with an important military application. (6) Provide a justified estimate of the size of the community of users. Identify specific military and commercial applications, and describe the proposer's commitment to future production and upgrading of the technology. (7) Identify offeror s facilities and equipment that will support the effort. (8) Identify any government furnished facilities, equipment and/or information that is needed to support the effort. (9) Describe the team members and their qualifications for the proposed effort. SUBMISSION PROCESS: Offerors are invited to submit white papers prior to submission of a full proposal. Initial screening of white papers is intended to save bidders the time and expense of preparing full, detailed proposals that are unlikely to win an award. An original and ten (10) copies of each white paper should be submitted to Ed Brown, Contracting Officer, NCCOSC RDT&E Division, Code 212, 53560 Hull St., San Diego, CA 92152 (ATTN: BAA N66001-97-X-8600). Initial submission of white papers are due within 30 days from the date of this publication. If the 30th day falls on a weekend or holiday, initial white papers will be due the following workday. This BAA will remain open for 180 days after publication of this announcement, although, white papers submitted within the first 30 days will be given first consideration. Initial white papers must be received no later than 3:00 p.m. PST. POC for all administrative inquiries is Debra Clark at (619) 553-4534, e-mail clarkda@nosc.mil. POC for all technical inquiries is Clark Hendrickson, e-mail clark@nosc.mil. White papers received after the due date will not be reviewed. Handwritten, tele-faxed or electronic media white papers will not be accepted. NCCOSC will not acknowledge receipt of white papers or return the copies submitted. Subsequent to evaluation of white papers, full proposals may be requested from those considered to have the most innovative approaches. Any additional details of a proposal submission will be outlined in a letter requesting submission of a full proposal. White papers not selected for funding will be disposed of in a manner that protects proprietary data. All proprietary material should be clearly marked and will be held in the strictest confidence. Initial awards are anticipated to occur within 150 days of receipt of the formal proposals, pending availability of funds. All correspondence must reference BAA N66001-97-X-8600 and identify the title of the proposed effort. The title page for the white paper must reference BAA N66001-97-8600 and contain the following information: the title; the date; the name and address of the offering institution(s); the principal investigator's name, phone number, fax number, e-mail address (if available), and mailing address (if different from the offering institution); the duration of the proposed effort; and the signature of an authorized official from the submitting institution(s). The title page must also include total funds requested for the base effort (without options) and provide estimates of any cost share proposed. Multiple title pages may be used to collect authorized signatures from submitting institutions. These additional pages will not count toward page limitation. The document page limits are as follows: white papers may not exceed 15 pages. The white papers must be single-sided with double-spaced text, page size no larger than 8 1/2 X 11 inches, font size no smaller than 12 point, and with one-inch left/right margins, 1.25 inch top margins, and 1.0 inch bottom margins on all pages. The 15-page white paper limit does not include the title page, but does include all figures, charts, and tables. White papers must include a title page(s), as described above and respond (albeit briefly) to the nine items under ''Proposal Requirements.'' All white papers meeting the above requirements that are received by the appropriate date will be fully evaluated. EVALUATION CRITERIA: White papers will be evaluated by the Government with respect to the following evaluation criteria, given in descending order of importance: (1) overall technical merit; (2) the proposer's long range technology development strategy commitment, as partially evidenced by the proposed cost share; (3) the proposer's capabilities, related experience, facilities, techniques or unique combinations of these as they might contribute to the proposed objectives; (4) the qualifications, capabilities and experience of the proposed key personnel; (5) effective management plan; (6) relevance of the proposed application area to military and national security needs; (7) past performance; and (8) cost realism. Favorable review of the white paper does not constitute selection of the proposed effort for contract award and should not be construed as a binding commitment by the Government to fund the effort. OTHER INFORMATION: The information in this announcement constitutes the BAA as contemplated in FAR 6.102(d)(2) and is the only information NCCOSC intends to provide with regard to BAA N66001-97-X-8600. No additional information or specifications are available, nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for same will be disregarded. Unless otherwise directed by proposer, non-government technical advisors will participate in the white paper and proposal review process. Any technical advisor used in this fashion is prohibited from competition in the Robust Guidance, Navigation and Control Program and is bound by appropriate nondisclosure requirements. The provisions of the Federal Acquisition Regulation (FAR) at 9.5 (Organizational Conflict of Interest) apply in an award under this BAA. Accordingly, a potential offeror is cautioned to review its contract and subcontract history, and before incurring substantial proposal preparation expense, to determine whether or not in its judgment a real or potential conflict of interest does or might exist that will prevent the contracting officer from considering its proposal, or making an award under this BAA. Questionable circumstances or situations should be addressed to the contracting officer for resolution and decision as soon as possible. Offerors are also cautioned that (1) the absence of any communication between offerors and the contracting officer on these matters (Real or potential conflict of interest) shall not preclude the contracting officer from conducting his or her own research and analysis, and arriving at his or her own determination relative to the existence of real or potential conflicts of interest, and (2) in the event of a determination of a conflict of interest, the government shall not be liable for the cost of proposal preparation and submission. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. The number of proposals funded will depend on the overall merit of the proposals and available funding. The Government anticipates making multiple awards of less than $2M each, including base and all options, over 3 years. Awards are anticipated to be for a 36-month period of performance for Phase 1. Additional Phase 2 and Phase 3 efforts should be included as priced options in the proposed work. Proposals may be considered for funding for a period of up to one year. Issuance of this BAA does not obligate the government to pay any proposal preparation costs. All responsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by NCCOSC. Teaming is encouraged, e.g., industry and US Universities. Participation by Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) is strongly encouraged as either a contractor or subcontractor although, due to the impracticality of reserving discrete or severable tasks, no portion of this BAA will be set aside. Proposers may bid on all or individual tasks. (0270)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960927\A-0001.SOL)


A - Research and Development Index Page