The RFP Database
New business relationships start here

ESTABLISH COOPERATIVE AGREEMENTS BETWEEN THE NAVAL AIR WARFARE CENTER - AIRCRAFT DIVISION AND INSTITUTIONS OF HIGHER EDUCATION FOR THE PURPOSE OF COLLABORATING ON BASIC AND APPLIED RESEARCH PROJECTS IN NATURAL SCIENCE, HUMANITIES AND MATHEMATICS


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THE INTENT OF THIS BROAD AGENCY ANNOUNCEMENT IS TO ESTABLISH COOPERATIVE AGREEMENTS BETWEEN THE NAVAL AIR WARFARE CENTER - AIRCRAFT DIVISION AND INSTITUTIONS OF HIGHER EDUCATION FOR THE PURPOSE OF COLLABORATING ON BASIC AND APPLIED RESEARCH PROJECTS IN NATURAL SCIENCE, HUMANITIES AND MATHEMATICS

BAA CLOSING DATE: 03/31/2017

THIS BROAD AGENCY ANNOUNCEMENT IS LIMITED TO THE FOLLOWING GEOGRAPHIC AREAS: ST. MARY'S COUNTY, MD, CALVERT COUNTY, MD AND CHARLES COUNTY, MD, AS ACCESS TO NAWCAD LABORATORIES WILL BE REQUIRED.

1. INTRODUCTION
The Naval Air Warfare Center - Aircraft Division (NAWCAD) is soliciting white papers from universities, colleges, and educational research institutes in order to establish Cooperative Agreements (CAs) that will support research in the areas of Natural Science, Humanities, and Mathematics. The purpose is to improve U.S. Naval capability, respond to current critical needs, and to develop broad options for countering adversarial technologies. To support this mission, the white paper must provide solutions that will enable future capability and/or enhance current readiness.

NAWCAD's technical challenges are broad and inherently multidisciplinary in nature. The scientific and technological core capabilities being developed at NAWCAD include but are not limited to air vehicles, power & propulsion, avionics, human systems, weapons & energetics, warfare analysis, research & intelligence, simulation & modeling, and test & evaluation.

2. BACKGROUND
The purpose of this Broad Agency Announcement (BAA) is to establish an agreement between NAWCAD and universities, colleges, or other educational research institutes to conduct basic and applied research in support of Naval Aviation. Agreement holders may work on a broad range of research projects in close cooperation with NAWCAD subject matter experts (SMEs). These collaborative agreements will enhance the overall ability to execute advanced research projects. The work performed shall be in direct support of NAWCAD. Activities shall include but are not limited to:

• Conducting research in current and emerging technologies. NAWCAD's technical interest spans the continuum from science to product.

• Teaming with academia and DOD agencies to find the most appropriate solution to current and future warfighter requirements.

• Promoting technology transfer using NAWCAD's facilities including operational aircraft test beds.

• Providing technical assistance and training associated with different types, models, and series of aircrafts.

• Providing SMEs in specific areas of aviation expertise.

• Providing research and development for projects in the areas of planning, design, development, construction, and training of fixed and rotary wing aircraft.

• Conducting short courses and seminars to address unique topics and issues in research and development as determined by NAWCAD SMEs for current and future aircrafts.

• Providing and participating in internships and sabbaticals for professors and students.

3. AREAS OF INTEREST

NAWCAD has spent considerable time identifying and defining critical areas of research referred to as the core capabilities within the departments of Research & Engineering, Test & Evaluation, and Logistics. Specific areas of research addressed by this BAA include but are not limited to the following areas:

Systems Engineering - Areas of collaboration include but are not limited to the following: systems safety engineering, air platform development and integration, system of systems architectures, aviation/ship integration, combat survivability, reliability and maintainability engineering, anti-tamper engineering, electromagnetic environmental effects engineering, and manufacturing.

Cost Analysis - Areas of collaboration include but are not limited to the following: cost modeling, cost estimating, database development and management, and the development of cost, schedule, and technical algorithms and tools.

Air Vehicles - Areas of collaboration include but are not limited to the following: reliability engineering, aero-mechanics & flight controls, structural mechanics, life management of airframes, material science, airframe materials, corrosion prevention & control, thermal management, fire & ice protection, subsystem function, design, integration and maintainability (mechanical systems, hydraulics, pneumatics and landing gear), and fuel containment/aerial refueling.

Power and Propulsion (P&P) - Areas of research include but are not limited to the following: reliability engineering, fuel systems, controls and diagnostics, air-breathing engines, fuels and lubricants, electric power generation, auxiliary power, low observable signature technologies, propulsion life management, and mechanical systems.

Avionics - Areas of research include but are not limited to the following: flight information systems, electronic warfare systems, radio frequency engineering, signal processing, electro-optic engineering, acoustic engineering, software development & quality assurance, mission computer technology, target recognition and communication networks.

Human Systems - Areas of research include but are not limited to the following: cockpit controls and displays, ergonomics, anthropomorphic measurement, human performance assessment & modeling, flight gear, protective equipment, survival equipment, chemical-biological gear, fire suppression, virtual environments, and human factor engineering (social, behavioral, cultural) and reliability.

Weapons and Energetics - Areas of research include but are not limited to the following: launch and recovery equipment, electro-magnetics, high-energy generation and control, environment sensing, prognostics & health monitoring, automatic testing of hardware and software, displays, information systems & intelligent agents, advanced computer & data processing applications.

Support Equipment - Areas of research include but are not limited to the following: launch and recovery equipment, electro-magnetics, high-energy generation and control, environmental sensing, prognostics & health monitoring, automatic testing of hardware and software, displays, information systems & intelligent agents, advanced computer & data processing applications.

Warfare Analysis - Areas of research include but are not limited to the following: operational suitability, maritime effectiveness, aircraft concepts, weapons concepts, decision analysis, vulnerability, and capability based assessment.

Research and Intelligence - Areas of research include but are not limited to the following: image and signal processing, unmanned systems, optics research & fabrication and chemical detection.

Test and Evaluation Engineering - Areas of research include but are not limited to the following: telemetry, communications, data links & data acquisition, mission system testing, target engineering, airborne threat simulation, integrated battle-space simulation & test, hardware-in-the-loop testing, flight instrumentation, ground radar analysis, test article configuration, navigation and identification.

Simulation and Modeling - Areas of research include but are not limited to the following: weapon training systems, parallel computing, virtual environments, tactical decision-making, training technologies, verification, and validation.

Logistics and Industrial Operations - Areas of research include but are not limited to the following: maintenance planning, logistics planning, integration of maintenance and logistics support elements, projection of workload, planning and implementation of modifications, and the design of readiness improvement.


4. PROPOSAL SUBMISSION

Proposal submissions shall follow a two-phased approach. The first phase shall consist of submission of a technical white paper, discussed below. Phase II, submission of full proposals, is by invitation only. No further Request for Information (RFI), solicitation, or other announcement of this opportunity will be made. White papers may be submitted at any time up to the closing date of the BAA. Offerors may submit white papers within one or more of the areas of interest listed in previous paragraphs.

4.1 PHASE I - PROPOSAL ABSTRACTS

Offerors shall submit a technical white paper, not to exceed five pages. The white paper shall address one or more of the areas identified above. White papers will be evaluated quarterly. All proprietary portions of the white paper shall be clearly identified and will be treated with the strictest confidence. The white paper shall include:

• The need for the proposed research, interactions, joint research, sabbaticals, etc.;

• how Naval Aviation / the Warfighter will benefit (including commercial applications if applicable);

• technology challenges that must be overcome;

• brief description of the technical approach and facilities involved;

• annual cost estimate if applicable; and

• anticipated sharing arrangement between the Government and submitting organization (facilities, equipment, people, etc.).

Submission of a proposal shall constitute consent to disclose proprietary information to all Government source selection participants.

The cover sheet for the white paper shall identify:

1. BAA Number;

2. University, College, or Educational Research Institute Name;

3. Other Team Members and type of business for each;

4. Technical Points of Contact (including phone, fax, and e-mail information) at the University, College, or Educational Research Institute;

5. Administrative Point of Contact (including phone, fax, and e-mail information) University, College, or Educational Research Institute; and

6. One paragraph that summarizes the relationship of the proposal to the BAA.

Overview of the Proposed Work / Interactions shall include:

• A summary of proposed concepts;

• an estimated timeframe for completion of project;

• a brief description of the facilities involved;

• a brief resume of the principle investigator(s);

• a rough order of cost magnitude; and,

• the anticipated sharing arrangement (if applicable).

Phase I White papers shall be submitted electronically. Phase I white papers submitted in response to this announcement will be reviewed by NAWCAD's Science and Technology community. Only Offerors' who's Phase I - White Papers that are of interest to the Government and considered capable of meeting Program requirements will be requested to submit a Phase II - Full Proposal.

IMPORTANT INFORMATION FOR PROSPECTIVE AGREEMENT HOLDERS:
Current registration in the DoD's System for Award Management (SAM) database is a prerequisite for receiving an award resulting from this BAA. For more information, please contact the Federal Service Desk at 1-866-606-8220 or go to the SAM website at: https://www.sam.gov/portal/SAM/.

The National Defense Authorization Act for Fiscal Year 2001 (Public Law 106-398) required Contractors to submit invoices electronically, and the Department of Defense (DoD) to process electronically, requests for payment under DoD contracts. Wide Area Workflow (WAWF) is a web-based application that allows DoD Vendors to submit and track their invoices, receipts, and acceptance documents electronically. Offerors shall submit payment requests and receiving reports using WAWF. For more information, please contact the WAWF Help Desk at 1-800-756-4571, and select option 6 or go on-line to the WAWF Information website at: http://www.dfas.mil/ecommerce/wawf/info.html

4.2 PHASE II - FULL PROPOSAL

4.2.1 General Information

Request and/or submission of a full proposal does not constitute an agreement and does not guarantee award selection. Offerors will not be reimbursed for bid and proposal costs.

Proposals shall be submitted with an original signature of an authorizing official to rebecca.wathen@navy.mil and jeffrey.s.boyce@navy.mil. Proposal submission is not restricted in any way to any particular entity. Historically Black Colleges and Universities, Minority Institutions, Tribal Colleges and Universities are encouraged to participate. The NAICS Code for this BAA is 541712.

Submit Phase II Full Proposals electronically in two (2) volumes: Volume I Technical and Volume II Cost.

(1) VOLUME I - TECHNICAL PROPOSALS shall not exceed thirty (30) pages and shall include the following three sections:

1) Section 1 - Executive Summary: Provide a brief technical and business summary of the contents of the proposal. The technical summary shall address the proposal's technical goals, approach, interactions, and expected results. The business summary shall address business and/or commercial applications of the proposal technology.

2) Section 2 - Technical Issues: Provide a detailed narrative of the proposed technical approach, objectives, staffing, and resources relating to the development of the proposed technology for military and commercial (if applicable) use. Additionally, the following areas shall be addressed:

• Discuss specifically the technical objectives of this proposed effort;

• Provide a Statement of Work (SOW) that discusses the specific tasks to be accomplished, tied to the specific approach, and goals of the project;

• Provide resumes for Principle Investigator(s) and other key research personnel;

• Describe the current and planned facilities and equipment to accomplish the research objectives; and

• Provide a narrative of your past performance on similar efforts including initial office set-up.

The Statement of Work shall not be marked as proprietary as the SOW will be utilized in the resultant agreement/order.

3) Section 3 - Business Issues: Discuss the business issues relating to the commercial applications of the proposed development and its impact on the market and detail benefits to the Department of Defense (DoD), if applicable.


(2) VOLUME II - COST/FUNDING PROPOSAL. Cost/funding proposals are not restricted in length and have no specific page layout requirements, but should address funding by periods of performance. Formal work breakdown structures (WBS) and certified cost or pricing data are neither required nor desired. However, NAWCAD reserves the right to request this information. Organize the Cost/Funding proposals to include four (4) sections in the following order:

Section 1 - Total Project Cost: Provide a summary spreadsheet (sample of recommended format will be provided) outlining the total cost by project, including labor, material, and travel for each project proposed and a total cost for the entire proposal. In addition, provide a detailed breakdown of costs of the project. Costs shall be broken down for each task appearing in the Statement of Work (SOW) and shall include all of the proposed costs to the Government and cost shared by the offeror. Present the following information for each phase of the effort:

• Total cost of the particular project phase;
• Total offeror cost share;
• Funding requested from the Government; and
• Elements of cost (labor, direct materials, travel, other direct costs, equipment, software, patents, royalties, indirect costs, escalation, and cost of money).

Sufficient information shall be provided in supporting documents to allow the Government to evaluate the reasonableness of these proposed costs, including salaries, overhead, equipment purchases, fair market rental value of leased items, and the method used for making such valuations. Documents shall include the most recent ONR Rate Negotiation Agreement and/or DCAA Forward Pricing Rate Agreements, payroll verification, three years of historical actual indirect rates, and invoices or quotes for material purchases. Profit shall not be proposed in accordance with DODGARS 34.18 "Fee and Profit."

Section 2 - Cost Sharing and In-Kind Contributions: This section shall include: (i) the sources of cash and amounts to be used for matching requirements; (ii) the specific in-kind contributions proposed, their value in monetary terms, and the methods by which their values were derived; and (iii) evidence of the existence of adequate cash or commitments to provide sufficient cash in the future. Affirmative, signed statements are required from outside sources of cash. Provide sufficient information regarding the sources of the offeror's cost share so that a determination may be made by the Government regarding the availability, timeliness, and control of these resources. For example: How will the funds and resources be applied to advance the progress of the proposed effort? What is the role of any proposed in-kind contribution?

Section 3 - Cost to the Government: This section shall specify the total costs proposed to be borne by the Government and any technical or other assistance including equipment, facilities, and personnel of Federal laboratories, if any, required to support these activities. The cost to the Government should be that portion of the proposed effort, which is not covered, by the contractor's portion of the cost share. The costs incurred and work performed by any DoD or national laboratory "partnering" with the offeror under the proposal shall normally be considered costs of the Government and not costs of the offeror for purposes of the cost-sharing requirement. Present sufficient information regarding the resources to be provided by the Government so that an evaluation of their availability, timeliness, and control may be made.

Section 4 - Off-Budget Supporting Resources: This section shall show cash or in-kind resources which will support the proposed activity but which are not intended to be included in the total project cost. Items in this category do not count as cost share or as Federal funds, which must be matched. Examples of items to place in this category include commitments of cash or in-kind resources from other Federal sources, such as national laboratories, and projections of fee-based income where there is substantial uncertainty about the level which will actually be collected and where the income is not needed to meet cost-share requirements.


5. EVALUATION CRITERIA

The Government will evaluate proposals responsive to any or all of the areas of interest discussed herein. Proposals will not be evaluated against each other.

5.1 EVALUATION CRITERIA

The primary evaluation criteria are:

a) Scientific and technical merits of the proposed research to include, (1) the degree to which the proposed research and development objectives support the targeted technical topic and (2) validity of the technical basis for the approach offered.

b) The offeror's capabilities, related experience, past performance on similar efforts, research investigators/personnel, facilities, location, techniques, or unique combination of these, which are integral factors for achieving the proposal objectives.

c) The realism and reasonableness of cost, including proposed cost sharing.

6. AWARDS

NAWCAD intends to award Cooperative Agreements, however, NAWCAD will consider various types of acquisition vehicles including but not limited to traditional FAR/DFARS type contracts or other non-procurement agreements. NAWCAD is planning to make one or more awards within the overall objectives stated in this BAA. All awards will be based on the individual merit of the proposal. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Any awards are subject to the availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror before award of a contract/agreement. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business programs. These efforts shall be conducted primarily at the agreement holder's site but NAWCAD facilities may also be available and/or used depending on project needs. Access and use of NAWCAD facilities will require security clearances and US citizenship.

NOTE: Typically, research findings result in the need for additional services/supplies, which are not possible to anticipate or project. Modifications to the agreement may be executed to satisfy these requirements; thereby providing for flexibility in technology assessment (with technology transition the ultimate goal). In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting agreement, and therefore will have met the requirements of the Department of Defense Grant and Agreement Regulations (DODGARS).

Contracting Office Address:
Naval Air Warfare Center Aircraft Division
47060 Liljencrantz Road, Building 433
Patuxent River, MD 20670
United States

Place of Performance:
Naval Air Warfare Center Aircraft Division
Patuxent River, Maryland
United States

Primary Points of Contact:

Jeffrey Boyce
Phone: 301-757-0015
Jeffrey.S.Boyce@Navy.Mil

Rebecca Wathen
Phone: 301-757-0013
Rebecca.Wathen@Navy.Mil

 

 


Jeffrey S. Boyce, Contract Specialist, Phone 301-757-0015, Fax 301-995-1454, Email jeffrey.s.boyce@navy.mil - Rebecca J. Wathen, Contracting Officer, Phone 301-757-0013, Fax 301 737-2747, Email Rebecca.Wathen@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP