|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1999 PSA#2320A -- RESEARCH AND DEVELOPMENT OF UESA AND RADOME FUNCTIONING IN THE
UHF-BAND 17. BAA# N00421-99-BAA-0002 Broad Agency Announcement
soliciting/requesting proposals for the RF Sensors Branch of the
Avionics Division of NAWCAD Patuxent River, Maryland, issued under the
provisions of paragraphs 35.016 and 6.102(d)(2) of the Federal
Acquisition Regulation (FAR) which provides for the competitive
selection of research proposals for scientific study or experimentation
directed toward advancing the state-of-the-art or increasing knowledge
or understanding. The Naval Air Warfare Center Aircraft Division
(NAWCAD), Patuxent River Maryland is interested in receiving proposals
for the research efforts described below. This announcement is an
expression of interest only and does not commit the Government to make
any award or to pay for any response preparation costs. The cost of
proposal preparation for response to a BAA is not considered an
allowable direct charge to any resultant contract or any other
contract. This BAA is to solicit technical/cost proposals for research
support in technologies that are applicable to Radio Frequency (RF)
Sensor systems for Navy Aircraft. In particular, NAWCAD is interested
in the development and fabrication of a flight-certifiable 360
Electronically Scanned Array (ESA) and radome functioning in the
UHF-band. The array must utilize the form-factor of the existing TRAC-A
antenna installed on-board the U.S. Navy's E-2C Hawkeye aircraft. The
UHF array must meet government specifications for gain, beam shape,
side-lobe levels, cross-polarization coupling, element-to-element
coupling, power handling, environmental tolerance, weight, size,
polarization, efficiency, scan loss, and other relevant system
parameters. The design must incorporate IFF and UHF satellite
communications antennas that must meet similar system requirements. The
design and fabrication must include a switching matrix for multiplexing
high power receive-transmit channels to the array elements. As part of
the array design and fabrication, changes to the current mechanical
pylon interface will be considered if a weight savings is realized.
Testing and analysis for formal flight certification of the array will
also be required. THERE WILL BE NO FORMAL REQUEST FOR PROPOSAL OR ANY
SOLICITATION DOCUMENT ISSUED IN REGARD TO THIS BAA. Offerors are
required to submit three (3) copies of a two (2) to three (3) page
white paper on their proposed research topic. The white paper should be
formatted as follows: Section A: Title, period of performance, cost of
effort, and name of company; Section B: Task objective; and Section C:
Technical Summary. Multiple white papers may be submitted in different
areas of technology. The purpose of the white paper is to preclude
unwarranted effort on the part of the offeror whose proposed work is
not of interest under this BAA. Those white papers found to be
consistent with the intent of the BAA and of interest to the Government
may be invited to submit a proposal. Such an invitation does not assure
that the submitting company will be awarded a subsequent contract. When
proposals are submitted, they should consist of a clear statement of
objectives, a technical section which should include, but not
necessarily be limited to, expected contribution of the
hardware/research to the DOD RF Sensors Mission, analysis that supports
feasibility, background experience, concepts, ideas, methodology, a
statement of work and milestones, a biographical section describing key
individuals and a cost section. The technical proposal shall not exceed
50 pages. The cost proposal shall be submitted in accordance with FAR
part 15.403. Proposed technologies should be fully addressed as part of
an overall system concept and include platform considerations as
applicable. The proposed effort can include research and/or development
and demonstration of relevant processing concepts and/or enabling
technologies and hardware. Risk, potential payoffs and time frame for
proof-of-concept demonstration should also be included. For planning
purposes, the period of performance is estimated to be one (1) to three
(3) years. The contract type is anticipated to be a Cost-Plus-Fixed Fee
completion. The selection of one or more sources for contract award
will be based on a scientific review of proposals submitted in response
to the BAA. The major purpose of the evaluation will be to determine
the relative merit of the technical approach of each proposal. Business
and contractual aspects, including proposed cost and cost realism, will
also be considered as part of the evaluation. Selection of proposals
for award will be based on the potential benefits to the Government
compared to the cost of the proposals, in view of the availability of
funds. The merit of the proposal shall be determined based on the
following criteria: (1) Overall technical risk of the proposal; (2)
Overall scientific and technical merits of the proposal; (3) The
offeror's capabilities, related experience, facilities, techniques or
unique combinations of these which are integral factors for achieving
the proposed objectives; (4) The proposal's design and fabrication
schedule; (5) The offeror's ability to demonstrate feasibility and
potential contributions of the effort to DOD priorities in RF Sensor
related technologies; and (6) Proposed cost, adjusted for cost realism.
In addition, the Government may consider other factors, such as, past
and present performance on recent Government contracts and the capacity
and capability to perform the requirements of the effort. No further
evaluation criteria will be used in selecting proposals. Proposals may
be submitted for forty-five days following publication of this
announcement. Awards may be made at any time. Submission of a proposal
is not restricted in any way to any particular entity. The white
papers, in addition to any technical questions, shall be submitted to
RF Sensors Branch, Dr. Michael Pollock, Code 4.5.5.5, Bldg 2187, MS 3,
Naval Air Warfare Center Aircraft Division, Patuxent River Maryland,
20670-5304. The point of contact for contractual matters is Ms. Angela
Franco (301) 342-1825 extension 107. Offerors may contact these
individuals, at any time, for clarification of technical/contractual
issues and cost response format. Any negotiations that may be necessary
will be conducted between the offeror and the contracting officer.
Offerors are cautioned that only contracting officers are legally
authorized to commit the Government. E-MAIL: FrancoA@NAVAIR.NAVY.MIL,
FrancoA@NAVAIR.NAVY.MIL. Posted 04/05/99 (W-SN316385). Loren Data Corp. http://www.ld.com (SYN# 0907 19990408\SP-0063.MSC)
SP - Special Notices Index Page
|
|