News

Confronting Irregular and Expeditionary Warfare Capability Challenges

Type of document: Contract Notice
Country: United States

Confronting Irregular and Expeditionary Warfare Capability Challenges

Agency:
Department of the Navy

Official Address:
SEA 02
1333 Isaac Hull Avenue SE Washington Navy Yard DC 20376

Zip Code:
20376

Contact:
John B. Watson, Contract Specialist, Phone 2027815070, Email john.b.watson1@navy.mil – Debra Mackall, Procurement Contracting Officer, Phone 2027812921, Email debra.mackall@navy.mil

Link:

Date Posted:
02/08/2017

Classification:
A

Contract Description:
 

This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for one year from the date of publication or until extended or replaced by a successor BAA. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this one-year period. Proposals may be requested only from those offers selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts may be awarded based on proposal evaluations and availability of funding.

Naval Sea Systems Command (NAVSEA) will not issue paper copies of this BAA announcement. NAVSEA reserves the right to select for proposal submission all, some, or none from among the White Papers submitted in response to this announcement. Issuance of a Request for Proposal is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. If subsequent to the evaluation of a White Paper, NAVSEA decides to issue an RFP (Technical and Cost), then the proposal (or any other material) submitted in response to the RFP would not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.

General Information

Agency Address


Commander Naval Sea Systems (NAVSEA)
1333 Isaac Hull Avenue SE
Washington, DC 20376

Research Opportunity Title

Technology Development for Confronting Irregular and Expeditionary Warfare Capability Challenges

Response Date

This announcement will remain open for one year from the date of publication or until extended or replaced by a successor BAA. White Papers may be submitted any time during this period.


1.0 Research Opportunity Description

1.1 The Naval Sea Systems Command, SEA 06, Naval Special Warfare PMS 340 hereby solicits White Papers through the use of a Broad Agency Announcement (BAA) (see FAR 35.016) for identification of technologies that enhance and/or accelerate military capabilities which directly address irregular, expeditionary, and Naval Special Warfare (NSW) capability challenges by meeting operational needs. Technologies of interest will be able to clearly identify and define how they satisfy and/or support rapid insertion into a Department of Navy (DoN) Program of Record (PoR) or other acquisition program. Technologies with near term (< 1 year) implications are desired. The projected annual cost must be less than $750K per project and involve efforts prior to Milestone B, which will include a technical demonstration in order to expedite technology transition from the laboratory to operational use. Efforts should seek to achieve Technology Readiness Levels of 7 or higher upon completion. Industry, educational institutions, nonprofit organizations, Small Businesses, Veteran-Owned Small Businesses, Service-Disabled Owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Woman-Owned Small Businesses, Historically Black Colleges and Universities are encouraged to participate. Foreign entities are not authorized to participate in this BAA.

 

1.2 The Navy’s primary objective for this BAA is to develop operational capabilities that enable available technologies to confront current and future expeditionary challenges, including irregular warfare, and to fill capability gaps for NSW and mission support organizations such as Explosive Ordnance Disposal (EOD). This BAA will solicit, identify, and select proposals that can enhance and/or accelerate those technologies that enable NSW forces to conduct cross-domain special reconnaissance, counterterrorism, direct action, irregular warfare, foreign internal defense, and other urgent/emergent needs per the discretion of OPNAV N95. To fulfill this objective, N95 is seeking participants for this program capable of performing advanced R&D and demonstrating capabilities of the following warfare areas of emphasis.   

 

Specific areas of emphasis:

a. Mine Warfare:

•·                     Technologies that support and/or improve the numerous elements of the Mine Warfare “Detect to engage” operational scenario including but not limited to improved detection and classification sensors across varied environments (resolution, localization), buried mine detection (land & sea), automated target recognition, Computer-aided Detection/Computer-Aided classification (CAD/CAC), real time data transfer of high resolution sonar data, and Over The Horizon (OTH)Communications (2 way) for large volumes of raw sonar data and C2 direction to off board unmanned platforms.

•·                     Technologies that extend the endurance, improves autonomy and survivability of off board sensor/sweep/neutralization platforms including but not limited to extended-life energy systems and/or forward deployed, autonomous refueling/data transfer stations and platform signature control.

•·                     Technologies that support and/or improve elements associated with Maritime Mining capabilities across all water depths including but not limited to improved aerial/surface/subsurface delivery options, multi-modal sensors for increased target discrimination, undersea networking, OTH communications with sensors and/or weapons, improved undersea weapons effects and effects based optimization and planning tools.

b. Naval Special Warfare:

•·         Technologies that improve/enhance multi-intelligence, multi-spectral sensors that provide greater situational awareness for manned and unmanned surface/sub-surface mobility platforms specifically in the littorals.

•·         Technologies that improve/enhance power/energy systems in support of manned/unmanned maritime mobility platforms that will safely interface with host surface/sub-surface support platforms.

•·         Technologies that improve/enhance human performance/effectiveness while operating under harsh maritime conditions with or without personal protective equipment.

•·         Technologies that improve/enhance day/night vision enhancement capabilities.

•·         Technologies that provide low profile, multi-spectrum, and multi-sensor capabilities; packaged within existing maritime mobility platforms’ C2 footprint.

 

c. Navy Expeditionary Combat:

•·         Technologies that improve the warfighter’s ability to interact with target populations, identify threat activities, solve complex problems and adapt to situations faster than an adversary.

•·         Technologies that enhance naval construction, disaster preparation and recovery efforts.

•·         Technologies that improve the warfighter’s capability to analyze and handle foreign and domestic explosives, counter explosive hazards, including improvised explosive devices(IEDs), weapons of mass destruction (WMD), underwater mines and other weaponry.

•·         Technologies that enhance the ability to operate in harbors, rivers, bays, across the littorals and ashore including maritime security operations, high value asset defense and escort, protection of critical maritime infrastructure, and the conduct of offensive combat operations.

•·         Technologies that improve expeditionary force access to multi-intelligence, Surveillance, and Reconnaissance (ISR) capabilities at the tactical level, enhancing the ability to gain access to areas and environments that are constrained by national and theater level ISR assets.

 

2.0 Proposal Selection Process and Contract Information

2.1 A two-phased (Phase I and Phase II) proposal selection process will be utilized under this BAA. This approach will save the Navy and Offerors considerable time and expense by not requiring development of full-scale proposals in Phase 1 unless necessary and desired by the Navy.

2.2 Phase I of the two phased process consists of submission of the White Papers describing technical approach, experience, capabilities and past performance with a cost estimate of the technology improvement areas listed in Section 1.0 above. White Papers are initially sought to preclude unwarranted effort on the part of the Offeror in preparing full technical and cost proposals without an initial assessment of the technical and operational feasibility of the concept by the Navy. Offerors submitting White Papers may be invited to submit a full technical and/or cost proposal on all or part of their White Paper submission. However, any such invitation is in no way an obligation on the part of the Government to award a contract. All white papers will be treated as source selection sensitive information. If not selected, the Offeror will be notified by the Contracting Officer. Decisions regarding the invitation to submit a full proposal will be based on the Navy’s evaluation under Section 7 below. Furthermore, White Papers may be summarily rejected for the following reasons:

 

1) White Paper subject is not relevant to research interests of the specific areas of Government per BAA;

2) White Paper subject was tried in the past or is in an existing technology;

3) White Paper subject deemed high risk to achieve TRL 7 at completion per BAA; and/or

4) White Paper deemed high risk to meet cost requirements outlined in section 1.1 above.

 

2.3 Phase II of the proposal selection process will consist of a request from the Government to the Offeror(s) for full technical and cost proposals to support the Navy in one or more of the technology improvement areas listed in Section 1.0 above. This effort will include maturing the technology leading to system prototype demonstrated in a relevant or operational environment, and participating in technical/program reviews. An Offeror can be considered for contract award only upon preparation and submittal of a fully compliant Phase II Proposal. In the event that a Phase II technical and cost proposal is requested, the applicable Request for Proposal will contain the terms and conditions and clauses to be incorporated in the potential contract. Proposals will be treated as proprietary information.

2.4 Any contract(s) awarded based on responses to this BAA are considered to be the result of full and open competition (see FAR 6.102(d)(2)(i)) and in full compliance with the provisions of Public Law (PL) 98-369, “The Competition in Contracting Act of 1984.”

2.5 The planned schedule for this BAA is as follows: This BAA will be open for a one (1) year period for Phase I, during which time White Papers may be submitted. Offerors are encouraged to submit White Papers as soon as practical within the one (1) year period for each applicable technology area. Offerors may submit multiple White Paper topics. If an Offeror submits multiple White Papers, each should be submitted in response to a different topic or explore different technologies within one topic. Navy intends to use its best efforts to complete its review of White Papers approximately 3 months thereafter for each applicable technology area. Any Offerors invited (as appropriate) to submit full technical and cost proposals shall do so within one (1) month of Navy notification of invitation to submit. The evaluation of proposals, including discussions/negotiations as required, will be approximately three (3) months after proposals have been received. The Navy anticipates that the earliest potential contract award(s) made as a result of this BAA will be in Quarter 3 of FY 19. The Government reserves the right to award contracts before the closing date of this BAA.

2.6 Offerors are advised that only the Contracting Officer is legally authorized to bind the Government. Point of Contact for Contractual questions is Mr. Brad Watson (Contract Specialist), SEA 02623W, (202) 781-5070, john.b.watson1@navy.mil. Point of Contact for Technical questions is Mr. Gregory Parkins, SEA 06-NSW (PMS340), 202-781-5037, gregory.parkins@navy.mil.

2.7 Phase I White Papers (UNCLASSIFIED) and (CLASSIFIED up to and including SECRET) submitted in response to this BAA shall be sent to the Commander, Naval Sea Systems Command, Attn: Mr. Gregory Parkins, SEA 06-NSW (PMS340), 1244 Patterson Ave, SE, Bldg. 22/4th Floor, Washington Navy Yard, Washington, D.C. 20376-7003.

2.8 Those Offerors selected to proceed to Phase II of the selection process will be notified by the Contracting Officer. The invitation to submit a Phase II proposal will include a date and time for proposal submittal.

3.0 White Paper and Full Proposal Preparation Costs

3.1 Offerors are hereby advised that the Government will not directly pay for any White Paper costs resulting from this BAA. The cost of preparing White Papers or Proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this announcement, or any other contract with the Government.

4.0 Data Rights & Proprietary Data

4.1 The Government desires a minimum of Government Purpose Rights in technical data delivered under any contract resulting from the two-phased selection process described herein.

4.2 The Government will treat White Papers the same as bid and proposal information (see DFARS 252.227-7016). White Papers or full proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following statement on the cover page:

“This document includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed – in whole or in part – for any purposes other than evaluation. If, however, a contract is awarded to this Offeror as a result of – or in connection with – the submission of this data, the Government shall have the right to duplicate, use, and disclose this data to the extent provided in the resulting award document. This restriction does not limit the Government’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets marked “Proprietary” or that contain the legend prescribed by FAR 52.215-1.”

5.0 Submission Information

5.1 White Papers (Phase I): The Government reserves the right to select all, some, or none of the White Papers in response to this announcement. Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate clearance. The security clearance level required for these efforts is up to and including SECRET level.

5.2 Full Technical and Cost Proposals (Phase II): The Government may provide guidance to the technical proposal Offeror to better align to the needs of the program.

5.3 White Papers and Full Proposals submitted under the BAA should be unclassified to the greatest extent possible; however, classified White Papers (up to and including SECRET) and Proposals are permitted.

Note: Offerors must have the ability to perform, store, and process classified work up to the SECRET level.

5.4 For UNCLASSIFIED and CLASSIFIED White Papers submitted in response to this BAA shall be sent to:

Commander, Naval Sea Systems Command,

ATTN: Mr. Gregory Parkins, SEA 06-NSW (PMS340) 1244 Patterson Ave, SE, Bldg. 22/4th Floor

Washington Navy Yard, Washington, D.C. 20376-7003

Note: The inner wrapper of the classified White Papers should be addressed to the attention of SEA 06-NSW (PMS340). Classified White Papers shall be packaged in accordance with DOD Instruction 5200.1R. No classified information shall be sent to any email addresses herein.

5.5 White papers (Phase I): The White Paper shall be no more than 8 single sided pages (excluding cover page, resumes, and draft statement of work including key milestones and deliverables).

a.  Cover page, including proposal title, technical and administrative points-of-contact along with e-mail address, telephone and facsimile numbers (excluded from page limit);

b.  Executive Overview of the proposed technology improvement area as well as a summary of any innovative claims, and the Offeror’s experience, capabilities and past performance in this area;

c.  Technical Description to consist of clear discussions of the proposed technology improvement(s) and the ingenuity associated with the concept. Provide a summary of the deliverables including data associated with the proposed technology improvement(s) as well as a summary of the technical risks. If any portion of the proposed effort is predicated upon the use of Government-owned resources of any type, the Offeror shall clearly identify: the resources required, the date the resource is required, the duration of the requirement, the source from which the resource may be acquired, if known, and the impact on the effort if the resource is not provided. This section should specifically address any intellectual property claims associated with the outcome of this effort. Specifically, the Offeror shall justify the use of proprietary, vendor-unique, or closed components including but not limited to hardware, software and interfaces in current or future designs;

d.  Offeror’s capabilities and experience including a list of related and/or relevant projects or contracts of a similar nature to the technologies proposed;

e.  Resumes of key personnel (excluded from page limit);

f.  Discussion of past performance detailing previous accomplishments and work in this or closely related areas as well as previous cost and schedule performance. Include contract numbers and their Government Point-Of-Contact;

g.  A high level schedule for the proposed effort;

h.  A brief discussion of the overall approach to management of this effort. This should include the organization, project/function/subcontractor relationships, government interfaces, and how performance, cost and schedule will be assessed and controlled;

i.  Draft Statements of Work (SOW) including deliverables and key milestones, by fiscal year, to accomplish the effort proposed in the White Paper (excluded from page limit); Note: Navy reserves the right to negotiate the contents of the SOW if it desires to pursue contract award in Phase II;

j.  Cost Estimate on a fiscal year basis (October – September);

 

k.   Submit one (1) paper copy and one (1) electronic copy (CD) using Microsoft Office 2000 or a more recent version. Pages are to be 8.5 x 11 inch, single-sided. Minimum font is 12 point.

 

5.6 Full Technical and Cost Proposals (Phase II): If solicited by the NAVSEA Contracting Officer, Offerors shall submit one each (Technical and Cost) separately bound volumes by the time and date requested in the solicitation. Volume I length is limited to twenty five (25) pages exclusive of resumes of key personnel, which has no page limit. Volume II (cost proposal) has no page limit. Pages are to be 8.5 x 11 inch, single-sided and minimum font is 12 point. Each copy shall include an electronic copy (CD) using Microsoft Office 2000 or more recent version. No classified proposals shall be sent via email. Succinct proposals are desired.

Volume I: Technical Proposal shall include the following sections:

1.  Cover page, including proposal title, technical and administrative points-of-contact along with e-mail address, telephone and facsimile numbers, followed by a letter signed by the authorized officer.

2.  Executive Overview of the proposed technology improvement area as well as a summary of any innovative claims, and the Offeror’s experience, capabilities and past performance in this area;

3.  Technical Description, which should be technically accurate, complete, and consist of clear discussions of the proposed technology improvement(s), the ingenuity associated with the concept, and conceptual level system architecture diagrams (as applicable). Provide a detailed summary of all deliverables including data associated with the proposed technology improvement(s) as well as a summary of technical risks. If any portion of the proposed effort is predicated upon the use of Government-owned resources of any type, the contractor shall clearly identify: the resources required, the date the resource is required, the duration of the requirement, the source from which the resource may be acquired, if known, and the impact on the effort if the resource is not provided. This section should specifically address any intellectual property claims associated with the outcome of this effort. Specifically, the Offeror shall justify the use of proprietary, vendor-unique, or closed components including but not limited to hardware, software, and interfaces in current or future designs. Note: Since the Government supports Open Architecture principles, asserted rights less than Unlimited or Government Purpose Rights may result in not receiving an award;

4.  Offeror’s capabilities and experience;

5.  Resumes of key personnel;

6.  Discussion of past performance detailing previous accomplishments and work relevant to the proposed technology improvement. Include contract numbers, points-of-contact, and a brief cost and schedule performance summary.;

7.  A high level schedule for the proposed effort; and

8.  A very brief discussion of the overall approach to management of this effort. This should include the organization, project/function/subcontractor relationships, Government interfaces, and performance/cost/schedule control practices.

Volume II:  Cost Proposal shall estimate and justify costs to support the Volume I technical proposal and White Paper reflecting Navy comments, if any, and shall be in the form of Engineering Services for labor, and separate costs for travel, material and support, and any other costs. It will include the work breakdown structure, a cost summary, and a breakdown of cost by month and fiscal year. The cost proposal should identify:

a.  Direct Labor – Individual labor category or person, with associated labor hours and unburdened direct labor rates;

b.  Indirect Costs & Rates- E.g., Fringe, Overhead, G&A, Facilities Capital Cost of Money (FCCOM), etc;

c.  Travel – Number of trips, number of days per trip, departure and arrival destinations, and number of people. (Note: travel costs will not be entitled to fee);

d.  Subcontract – Separately identified subcontractor or consultant costs;

e.  Materials and support – Itemized or estimated costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Include a brief description of the offeror’s procurement method to be used. (Note: Material and support costs will not be entitled to fee);

f.  Other Directs Costs – Itemized or estimated costs. (Note: ODCs will not be entitled to fee);

g.  Fee dollars and fee percentage. (Note: Fee is not applicable to travel, material including ODCs, or support costs); and

h.  License Option Price for providing data rights that are greater than Government Purpose Rights (if applicable).

Note: Cost proposal should specify the validity period (at least 180 days).

6.0 Evaluation

6.1 The evaluation of White Papers submitted in response to this BAA will be based on a technical and peer review process. The major purpose of the evaluation will be to determine the relative merit of the technical approach of each White Paper. Business and contractual aspects, including proposed cost estimates and budgetary constraints, will also be considered as part of the evaluation. The selection of White Papers to continue through to Phase II of this process will be based on the potential benefits to the Government weighed against the cost estimates provided in the White Papers, in view of the availability of funds.

6.2 If White Papers are not summarily rejected for the reasons cited in subparagraph 2.2 above, then evaluation will be based on the following criteria:

1.  Technical merit and approach;

2.  Experience and capabilities of Offeror, and experience of the key personnel who are critical to program success;

3.  Cost estimates for budgetary feasibility;

4.  Past performance highlighting rapid fielding efforts; and,

5.  Assertion of Data Rights

The above criteria are in descending order of importance for evaluation purposes.

Notes:

(1) All UNCLASSIFIED communications pertaining to this shall be submitted via e-mail. Technical related: Mr. Gregory Parkins, SEA 06-NSW (PMS340), gregory.parkins@navy.mil. Contractual related: Mr. Brad Watson, SEA 02623W, john.b.watson1@navy.mil.

(2) The intent to ask a CLASSIFIED question shall be directed to Mr. Gregory Parkins, 202 781-5037 and he will arrange for the CLASSIFIED question to be asked through a secure method of communication.

Response Date:
080118

Sol Number:
N00024-17-R-6271

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy