OUSD (R&E) CRITICAL TECHNOLOGY AREA(S): Nuclear, Mission Readiness & Disaster Preparedness The technology within this topic is restricted under the International Traffic in Arms Regulation (ITAR), 22 CFR Parts 120-130, which controls the export and import of defense-related material and services, including export of sensitive technical data, or the Export Administration Regulation (EAR), 15 CFR Parts 730-774, which controls dual use items. Offerors must disclose any proposed use of foreign nationals (FNs), their country(ies) of origin, the type of visa or work permit possessed, and the statement of work (SOW) tasks intended for accomplishment by the FN(s) in accordance with the Announcement. Offerors are advised foreign nationals proposed to perform on this topic may be restricted due to the technical data under US Export Control Laws. OBJECTIVE: Expand the Small Business Manufacturer (SBM) base to address the Agency's need to develop qualified sources of supply to improve DLA product availability, provide competition for reduced lead time and cost, as well as address lifecycle performance issues. Through participation in DLA SBIR, SBMs will have an opportunity to collaborate with DLA Weapons System Program Managers (WSPMs) and our customer Engineering Support Activities (ESAs) to develop innovative solutions to DLA's most critical supply chain requirements. In the end, the SBM benefits from the experience by qualifying as a source of supply as well as from the business relationships and experience to further expand their product lines and readiness to fulfill DLA procurement requirements. DESCRIPTION: Competitive applicants will have reviewed the parts list provided on DLA Small Business Innovation Program (SBIP) website, (Reference 4) as well as the technical data in the cFolders of DLA DiBBs, (Reference 3). Proposals can evolve in one of four ways depending on the availability of technical data and NSNs for reverse engineering as follows. Information on competitive status, RPPOB, and tech data availability will be provided on the DLA SBIP website, (Reference 4). a. Fully Competitive (AMC/AMSC-1G) NSNs where a full technical data package is available in cFolders. The SBM proposal should reflect timeline, statement of work and costs associated with the manufacturing and qualification of a representative article. b. Other than (AMC/AMSC-1G) NSNs where a full Technical Data Package (TDP) is available in cFolders. These items may also require a qualification of a Representative Article. The SBM proposal should reflect timeline, statement of work, and costs associated with producing a Source Approval Request (SAR) and (if applicable) qualification of a Representative Article. Contact the TPOC if necessary. The scope and procedures associated with development of a SAR package are provided in Reference 1. c. Repair Parts Purchase or Borrow (RPPOB) or Surplus may be an option for other than 1G NSNs where partial or no technical data is available in cFolders. NSNs, if available, may be procured or borrowed through this program for the purposes of reverse engineering. The instructions for RPPOB can be found on the websites, Reference 5. The SBM proposal should reflect timeline, statement of work and costs associated with the procuring the part and reverse engineering of the NSN. Depending on complexity, producing both the TDP and SAR package may be included in Phase I. d. Reverse Engineering (RE) without RPPOB or Surplus available is when the NSN will be provided as Government Furnished Material (GFM) if available from the ESA or one of our Service customers post award. In this case, contact the TPOC to discuss the availability of the NSN prior to starting the proposal. Typically, a competitive SBM will have relevant experience in producing a similar item which will enable them to propose without a representative article. The SBM proposal should reflect timeline, statement of work and costs associated with the reverse engineering of the NSN and depending on complexity producing a TDP and SAR package in Phase I. Specific parts may require minor deviations in the process dependent on the Engineering Support Activity (ESA) preferences and requirements. Those deviations will be addressed post award . PROJECT DURATION and COST: PHASE I: NTE 12 Months $100K. The project schedule should plan to complete the TDP and SAR in the first six months. PHASE II: NTE 24 Months $1M. The Phase II proposal is optional for the Phase I awardee. Phase II selections are based on Phase I performance, Small Business Manufacturer innovation and engineering capability and the availability of appropriate requirements. Typically the goal of Phase II is to expand the number of NSNs and/or to build capability to expand capacity to better fulfill DLA requirements. Participating small businesses must have an organic manufacturing capability and a Commercial and Government Entity (CAGE) code and be Joint Certification Program (JCP) certified in order to access technical data if available. Refer to link 2 below for further information on JCP certification. Additionally, small businesses will need to create a DLA's Internet Bid Board System (DIBBS) account to view all data and requirements in C Folders. Refer to links 3 and 4 below for further information on DIBBS and C Folders. All available documents and drawings are located in the C Folder location SBIR231A . If the data is incomplete, or not available, the effort will require reverse engineering. PHASE I: Not to exceed - 12 months - $100K The goal of phase I is for the Small Business Manufacturer to qualify as a source of supply for the DLA NSN(s) to improve DLA NSN availability, provide competition for reduced lead time and cost, and address lifecycle performance issues. In this phase, manufacturers will request TDP/SAR approval from the applicable Engineering Support Activity (ESA), as required, for the NSN(s). At the Post Award Conference, the awardee will have the opportunity to collaborate with program, weapon system, and/or engineering experts on the technical execution and statement of work provided in their proposal. All Phase I Proposals should demonstrate an understanding of the NSN(s) and the general challenges involved in their manufacture. Proposals that fail to demonstrate knowledge of the part will be rejected. JCP Certification is required to access Government Drawings and Data PHASE II: Not to exceed - 24 months - $1,000,000 The Phase II proposal is optional for the Phase I awardee. Phase II selections are based on Phase I performance, Small Business Manufacturer innovation and engineering capability and the availability of appropriate requirements. Typically the goal of Phase II is to expand the number of NSNs and/or to build capability to expand capacity to better fulfill DLA requirements. The Phase II proposal is optional for the Phase I awardee. Phase II selections are based on Phase I performance, Small Business Manufacturer innovation, engineering and manufacturing capability and the availability of appropriate requirements and funding. Typically the goal of Phase II is to expand the number of NSNs and/or to build capability to expand capacity to better fulfill DLA requirements. PHASE III DUAL USE APPLICATIONS: Phase III is any proposal that Derives From , Extends or Completes a transition from a Phase I or II project. Phase III proposals will be accepted after the completion of Phase I and or Phase II projects. There is no specific funding associated with Phase III, except Phase III is not allowed to use SBIR/STTR coded funding. Any other type of funding is allowed. Phase III proposal Submission. Phase III proposals are emailed directly to DLA SBIR2@dla.mil. The PMO team will set up evaluations and coordinate the funding and contracting actions depending on the outcome of the evaluations. A Phase III proposal should follow the same format as Phase II for the content, and format. There are, however, no limitations to the amount of funding requested, or the period of performance. All other guidelines apply. COMMERCIALIZATION: The SBM will pursue commercialization of the various technologies and processes developed in prior phases through participation in future DLA procurement actions on items identified but not limited to this BAA. REFERENCES: 1. DLA Aviation SAR Package instructions. DLA Small Business Resources: http://www.dla.mil/Aviation/Business/IndustryResources/SBO.aspx 2. JCP Certification: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp 3. Access the web address for DIBBS at https://www.dibbs.bsm.dla.mil, then select the Tech Data Tab and Log into c-Folders. This requires an additional password. Filter for solicitation SBIR213C 4. DLA Small Business Innovation Programs web site: http://www.dla.mil/SmallBusiness/SmallBusinessInnovationPrograms 5. DLA Aviation Repair Parts Purchase or Borrow (RPPOB) Program: https://www.dla.mil/Aviation/Offers/Services/AviationEngineering/Engineering/ValueEng.aspx KEYWORDS: Nuclear Enterprise Support (NESO), Source Approval, Reverse Engineering