Attached files

file filename
10-Q - FORM 10-Q - Ocean Power Technologies, Inc.y80951e10vq.htm
EX-31.2 - EX-31.2 - Ocean Power Technologies, Inc.y80951exv31w2.htm
EX-32.1 - EX-32.1 - Ocean Power Technologies, Inc.y80951exv32w1.htm
EX-31.1 - EX-31.1 - Ocean Power Technologies, Inc.y80951exv31w1.htm
EX-32.2 - EX-32.2 - Ocean Power Technologies, Inc.y80951exv32w2.htm
Exhibit 10.1

Confidential Materials omitted and filed separately with the
Securities and Exchange Commission. Asterisks denote omissions.
(FORM)

 


 

Section B — Supplies or Services and Prices
                     
        UNIT          
        Dollars,          
ITEM NO   SUPPLIES/SERVICES QUANTITY   U.S.   UNIT PRICE   AMOUNT  
0001
              $ 2,449,835.99  
 
                   
    Cost & Fixed Fee Base Year        
    CPFF        
    Base Year Cost and Fixed Fee for the Littoral Expeditionary Autonomous        
    PowerBuoy (LEAP) System.        
 
                   
    In accordane with Statement of Work LEAP Buoy 1DIQ Contract Task Order 1        
 
                   
    FOB: Destination        
    PURCHASE REQUEST NUMBER: 91521426        
 
                   
    ESTIMATED COST   $ 2,268,366.66  
    FIXED FEE   $ 181,469.33  
 
                 
    TOTAL EST COST + FEE   $ 2,449,835.99  
 
    ACRN AA   $ 2,449,835.99  
    CIN: 915214260001        
                     
        UNIT       AMOUNT  
ITEM NO   SUPPLIES/SERVICES QUANTITY   Group   UNIT PRICE   NSP  
0002
                   
    Contract Data Requirements List        
    CPFF        
 
                   
    CDRL A0001 in accordance with the Statement of Work Section 5.1 on basic contract for Contractors Progress, Status and Management Report. Delivery dates: 15th day of the month for work performed in the previous month. Deliveries shall go to the Contracting Officer’s Representative. Craig Bleile at craig.bleile@navy.mil. Referenced in Section J.        
 
  FOB: Destination                
 
                   
 
  ESTIMATED COST   $ 0.00  
 
  FIXED FEE   $ 0.00  
 
                 
 
  TOTAL EST COST + FEE   $ 0.00  

 


 

Section C — Descriptions and Specifications
STATEMENT OF WORK
Littoral Expeditionary Autonomous Power (LEAP) Buoy
IDIQ Contract Task Order 1
Statement of Work
Prepared For:
Ocean Power Technologies Inc. (OPT)
1590 Reed Road
Pennington. NJ 08534
Prepared By:
NIJWC Division, Keyport


 

TABLE OF CONTENTS
         
1.0 Introduction
    5  
1.1 Background
    5  
1.2 Program Overview
    6  
1.3 Scope
    6  
2.0 SYSTEM REQUIREMENTS
    8  
2.1 System Functional Requirements
    8  
2.2 Subsystem Requirements
    8  
2.3 Environmental Requirements
    8  
3.0 STATEMENT OF WORK
    9  
3.1 Task 1: LEAP VDST Requirements Analysis and Definition
    9  
3.2 Task 2: Systems Engineering Planning
    9  
3.3 Task 3: Design LEAP VDST Subsystems
    9  
3.3.1 Design PowerBuoy Power Take-Off (PTO) Subsystem
    9  
3.3.2 Configure FIE Radar System
    10  
3.3.3 Design Vessel Detection Processor
    10  
3.3.4 Design [**] Network Interface Processor
    10  
3.3.5 Configure [**] System
    10  
3.4 Task 4: Build and Test Prototype Subsystems
    10  
3.4.1 Build and Test PowerBuoy PTO Subsystem
    10  
3.4.2 Build and Test HF Radar System
    10  
3.4.3 Build and Test Vessel Detection Processor
    11  
3.4.4 Configure and Test [**] Network Interface Processor
    11  
3.4.5 Configure and Test [**] System
    11  
3.5 Task 5: Preliminary Subsystem Testing
    11  
3.6 Task 6: Test Data Reduction and Analysis
    11  
3.7 Task 7: Real-Time System Transition Studies
    11  
3.8 Task 8: Follow-on Work
    12  
3.9 Task 9: Program Management
    12  
4.0 DELIVERABLES
    13  
4.1 Documentation
    13  
5.0 Government Furnished Items
    14  
5.1 Government Furnished Information (GFI).
    14  
5.2 Return of Government Furnished Items.
    14  
6.0 Deliverables
    15  
7.0 Special Conditions
    16  
7.1 SB1R Phase 111
    16  
7.2 SBIR Data Rights
    16  
7.3 Packaging and Marking
    16  

4


 

1.0 Introduction
     1.1 Background
The Littoral Expeditionary Autonomous Power Buoy (LEAP) System is established to enhance the Navy’s Anti-Terrorism/Force Protection (ATIFP) by providing persistent afloat and port maritime surveillance in the near coast, harbors, piers and littorals worldwide. Waterborne threats, both domestic and overseas, that include boats, swimmers, mini-subs, autonomous vehicles, and highly lethal submerged mines form a substantial window of vulnerability for naval and civilian assets. A viable system for protecting critical infrastructure and military assets from surprise maritime terrorist attacks must include a system that detects and locates surface and subsurface threats. There is a need for persistent and dependable, long-term operation of a surveillance network to provide operational surface vessel tracking capabilities to prevent attacks from small, high-speed vessels. This effort is intended to provide capabilities that bring persistent power at sea to provide power to forward deployed sensors and communications equipment that can detect, track and communicate target information in sufficient time in order to provide decision making capability and operational execution against such threats.
[**]
     1.2 Program Overview
The LEAP Program objective is to leverage a combination of existing technologies which includes a wave energy conversion buoy, sensors and communications systems to improve force protection by combining their features and capabilities into a single system. The systems integration shall be achieved through the use of the [**] for integrating with sub-systems and to create a flexible and net-centric architecture that can be distributed across multiple nodes and present a unified Common Operating Picture (COP) to the operators.
The LEAP Program is based on the Ocean Power Technologies (OPT) PowerBuoy® wave energy conversion system, which is an enabling technology for providing power to remote. at-sea sensors and communications technologies. The operational experience and user inputs gained from ocean demonstrations shall indicate those features to be implemented to increase the capability in the near term and provide the cornerstone for further technological enhancements.
     1.3 Scope
The scope of this Task Order 1 Statement of Work covers tasks to be performed during Year 1 (the Base Year) of a proposed four-year program to develop a LEAP-based Vessel Detection System Testbed (VDST). The VDST shall be deployed off the Atlantic coast of New Jersey and used to develop and test hardware and software technology for real-time detection of vessels in its littoral coverage area.

5


 

The VDST system architecture shall be based on:
    OPT’s PowerBuoy Wave Energy Conversion (WEC) technology, which provides a persistent at-sea buoy platform for HE radar transmitters
 
    COTS multistatic HF radar equipment developed by [**], including at-sea transmitters and shore-based radar transceivers
 
    The existing Rutgers Coastal Ocean Observatory Laboratory (COOL) facility
 
    New radar signal processing and vessel detection algorithms to be developed by Rutgers Institute of Marine And Coastal Sciences, [**]
 
    [**] which provides a Common Operating Picture to the user.

6


 

Major tasks currently planned for this Task Order in the Base Year of the contract are:
    Development and laboratory testing of the PowerBuoy Power Take-off (PTO) subsystem
 
    Deployment of first VDST shore station and HF radar transceiver
 
    Development and testing of radar signal processing and non-real-time vessel detection algorithms based [**], using VDST shore station in conjunction with an existing radar shore site
 
    Initial investigations of [**] and signal processing algorithms

7


 

2.0 SYSTEM REQUIREMENTS
     2.1 System Functional Requirements
The LEAP Vessel Detection System shall:
    Detect small surface vessels within its coverage area
 
    Provide vessel detection reports to the [**] using standard communications protocols and message formats
 
    Meet applicable environmental requirements
 
    Support extended deployment lifetimes and 24/7 operation
 
    Be scalable to large coverage areas.
     2.2 Subsystem Requirements
Detailed requirements for each major LEAP VDST subsystem shall be developed under Task 1, Requirements Analysis and Definition. Subsystem requirements shall be documented in deliverable reports as defined in Institute of Electrical & Electronics Engineers, Inc. (IEEE) Standard 1220 processes, such as System Requirements Specifications (SRS) and Interface Control Documents (ICD).
     2.3 Environmental Requirements
Environmental requirements shall be defined separately for at-sea and onshore subsystems.

8


 

N00253-09-D-0005
0001
Page 9 of 21
3.0 STATEMENT OF WORK
     3.1 Task 1: LEAP VDST Requirements Analysis and Definition
    Define detailed system requirements
    Vessel detection parameters and probabilities
 
    Detailed environmental requirements
 
    Shore station infrastructure
 
    Deployment and recovery infrastructure
 
    Communications network infrastructure
 
    Extended lifetime and deployment area considerations
 
    Integration with [**] and other Navy/Coast Guard (CG) systems
    Define detailed program objectives and test requirements
    Develop phased VDST implementation plan
 
    Develop detailed test plans
 
    Define post-processing data analysis and management methods
 
    Establish performance objectives
     3.2 Task 2: Systems Engineering Planning
The contractor shall use a formal process development methodology to plan and control all aspects of system development. The methodology used shall be tailored from the requirements of IEEE Std 1220-2005. The contractor team shall develop a System Engineering Management Plan in accordance with IEEE 1220 including:
    Interface definitions
 
    Subsystem functional requirements
 
    Hardware/Software (NW/SW) tradeoffs
 
    Commercial Off The Shelf (COTS) vs. custom design
 
    Applicability of existing equipment/facilities
 
    Real-time system and transition requirements
 
    Requirements documents
     3.3 Task 3: Design LEAP VDST Subsystems
The contractor shall investigate technical trade-offs. conduct laboratory investigations and develop detailed hardware/software designs for each subsystem, as follows. Design documents shall be developed in standard and contractor formats.
          3.3.1 Design PowerBuoy Power Take-Off (PTO) Subsystem
    Develop PTO requirements specification
 
    Develop PTO subsystem design specifications
 
    Conduct PTO conceptual design and trade-offs
 
    Develop detailed H W/SW designs
 
    Develop manufacturing drawings

 


 

N00253-09-D-0005
0001
Page 10 of 21
    Conduct design reviews 3.3.2
          Configure HF Radar System
    Procure COTS [**] (1 unit), to be deployed at first VDST shore station. This consists of radar transmitter, receiver and radar signal processor.
 
    Procure and install COTS [**] (1 unit)
 
    Identify potential locations for radar systems
 
    Procure and install COTS [**] Software Package [**] (1 unit), to be deployed at first VDST shore station
 
    Procure COTS [**] (1 unit), to be deployed on PowerBuoy platform
          3.3.3 Design Vessel Detection Processor
    Define and optimize threshold levels for vessel detection
 
    Define and optimize background noise levels for vessel detection
 
    Define and optimize integration times for vessel detection
          3.3.4 Design [**] Network Interface Processor
    Define host and network requirements
 
    Define LEAP VDST interface
 
    Define [**] protocol and network interfaces
 
    Evaluate Government Furnished (GFI) Software used in [**] and CG systems
 
    Design [**] message processing SW
 
    Design [**] network protocol/interface processing SW
          3.3.5 Configure [**] System
    Configure [**] system for LEAP testing using COTS I-IW and GFI SW
     3.4 Task 4: Build and Test Prototype Subsystems
          3.4.1 Build and Test PowerBuoy PTO Subsystem
    PTO manufacturing and procurement
 
    Perform acceptance testing of PTO components
 
    Perform preliminary PTO system integration
 
    Conduct PTO laboratory testing and measure power generation capacity
 
    Perform redesign/rework as needed
          3.4.2 Build and Test HF Radar System
    Install and calibrate first High Frequency (HF) radar system at shore station
 
    Configure and integrate [**] transmitter electronics

 


 

N00253-09-D-0005
0001
Page 11 of 21
          3.4.3 Build and Test Vessel Detection Processor
    Test and analyze performance of vessel detection processor, based on bistatic operation using first VDST shore station and existing Rutgers shore site
 
    Examine environmental conditions (sea state, radio interference, external noise) impacting performance of VDST
 
    Plan development for real time VDST
          3.4.4 Configure and Test [**] Network Interface Processor
    Configure standard Wintel host and network interfaces
 
    Develop and test LEAP VDST interface
 
    Develop and test [**] protocol and network interfaces
 
    Integrate GFI SW as needed
 
    Develop and test [**] message processing SW
 
    Develop and test [**] network protocol/interface processing SW
 
    Software integration and standalone testing
          3.4.5 Configure and Test [**] System
    Procure COTS HW (Wintel, Sun server for Common Joint Mapping Tool Kit)
 
    Install GFI [**] SW
 
    Preliminary SW testing and familiarization
     3.5 Task 5: Preliminary Subsystem Testing
    Radar/VDST integration testing
 
    VDST/[**] integration testing
 
    [**] integration testing
 
    VDST/[**] integration testing
     3.6 Task 6: Test Data Reduction anti Analysis
    Correlation of VDST results with known shipping traffic
 
    Correlation of VDST results with known ambient wave climate
 
    VDST performance analysis including detection and false alarm probabilities and dependence on ambient wave/wind climates
 
    Identify and resolve anomalies
     3.7 Task 7: Real-Time System Transition Studies
    Develop real-time vessel detection system architecture
 
    Investigate technical trade-offs in conversion from offline to real-time signal processing and vessel detection algorithms
 
    Investigate signal processing partitioning between VDST and [**] trackers and data fusion framework
 
    Plan phased implementation of real-time system

 


 

N00253-09-D-0005
0001
Page 12 of 21
     3.8 Task 8: Follow-on Work
    Develop recommendations for follow-on work
 
    Identify key performance drivers and operational improvements
 
    Identify production transition issues and risk mitigation strategies
     3.9 Task 9: Program Management
The contractor shall designate a project manager who shall be responsible for the control and coordination of all work performed on this delivery order. The contractor shall provide the project manager’s name, in writing, to the PCO within 7 days after issuance of delivery order.The contractor PM shall establish and maintain a program plan, schedules, budgets, work assignments/allocations, and delivery plans.

 


 

N00253-09-D-0005
0001
Page 13 of 21
4.0 DELIVERABLES
     4.1 Documentation
Documentation deliverables are shown in Table 1. These deliverables may be revised as necessary in accordance with the IEEE Std 1220 process development methodology to be used in the proposed program.
         
B001
  System Specification   One time
 
       
B002
  System Interface Specification   One time
 
       
B003
  Subsystem Specification   One per subsystem
 
       
B004
  Subsystem Interface Specifications   One per subsystem
 
       
B005
  Subsystem Integration Test Plan   One time
 
       
B006
  System Test Plan   One time
 
       
B007
  System Test Results   One time
 
       
B008
  Program Status Report   bimonthly
 
       
B009
  Final Technical Report for Task Order I   One time
Table 1: Deliverable Documentation

 


 

N00253-09-D-0005
0001
Page 14 of 21
5.0 Government Furnished Items
     5.1 Government Furnished Information (GFI).
The contractor shall identify and request any Government Furnished Information (GFI) deemed necessary to complete SOW requirements. The Government will assist the contractor in obtaining information. This includes technical manuals, training materials and information. drawings, specifications. procedures, processes, and quality system documents required for the performance of engineering, logistics. and technical support. Software related to the [**] will be made available for use on contractor hardware to assist in integration tasking, if the contractor should desire. The government shall assist in loading and configuring [**] software at Keyport. Wa. As required.
     5.2 Return of Government Furnished Items.
All GFI and GFE provided to or acquired by the contractor shall be returned to the Government upon completion of assigned tasking.

 


 

N00253-09-D-0005
0001
Page 15 of 21
6.0 Deliverables
The Contractor shall provide data in accordance with the Statement of Work (SOW) and DD Form 1423, CDRLs, as specified under each task order issued under this contract. The base SOW contains the following deliverable data:
                 
CDRL   SOW PARA   TITLE OF DATA ITEM   FREQUENCY
A001
    5.1     Contractors Progress, Status and Management Report   15th day of the month for work performed in the previous month.
Documentation shall be delivered to the Government in MS Office soft copy format and hard copy using Contractor format. If unable to submit electronically, data shall be provided by mail to: Craig M. Bleile. NAVSEA KPWA 44, 610 Dowell Street, Keyport, WA 98345-7610.

 


 

N00253-09-D-0005
0001
Page 16 of 21
7.0 Special Conditions
The following special conditions shall apply to the contractor in the performance of the tasks under this IDIQ contract.
     7.1 SBIR Phase III
The LEAP technology was originally developed under the Small Business Innovation Research (SBIR) Program. specifically Topic Number N00-116. entitled Modular 100kW Wave Powered Electric Generator (SBIR Phase I Contract Number N00014-01-M-0041 and Phase 11 Contract Number N00014-02-C-0034). The work to be performed under this IDIQ contract extends the work performed under these prior SBIR Phase I and Phase II contracts, and as such is accorded all rights of an SBIR Phase III funding agreement.
     7.2 SBIR Data Rights
This contract incorporates the following clause:
DFARS 252.227-7018 Rights In Noncommercial Technical Data And Computer Software—Small Business Innovation Research (SBIR) Program (JUN 1995) (Also applies to STTR programs)
     7.3 Packaging and Marking
Preservation, packaging, packing and marking of all deliverable contract line items shall conform to normal commercial packing standards to assure safe delivery at destination.
All reports. briefs, technical documents, etc. submitted to the Government under this contract should contain the following legend:
SBIR or STTR DATA RIGHTS
     
Topic Numbers:
  N95-074 and N00-116
Contract No.:
  N00014-09-C-01 15
Contractor Name:
  Ocean Power Technologies, Inc.
Contractor Address:
  1590 Reed Road; Pennington, NJ 08534-5010
The Government’s rights to use, modify, reproduce, release, perform, display, or disclose technical data or computer software marked with this legend are restricted as provided in paragraph (b)(4) of DFARS 252-227-7018. Rights in Noncommercial Technical Data and Computer Software—Small Business Innovative Research (SBIR) Program.

 


 

N00253-09-D-0005
0001
Page 17 of 21
Section E — Inspection and Acceptance
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
                 
CLIN   INSPECT AT   INSPECT BY   ACCEPT AT   ACCEPT BY
0001
  Destination   Government   Destination   Government
0002
  Destination   Government   Destination   Government

 


 

N00253-09-D-0005
0001
Page 18 of 21
Section F — Deliveries or Performance
DELIVERY INFORMATION
                 
CLIN   DELIVERY DATE   QUANTITY   SHIP TO ADDRESS   UIC
 
               
0001
  POP 25-SEP-2009 TO
24-SEP-2010
  N/A   NAVAL UNDERSEA WARFARE CENTER RECEIVING
OFFICER
ATTN: DIVISION KEYPORT SUPPLY
OFFICER
BLDG 893
610 DOWELL STREET
KEYPORT WA 98345-7610
360 396-2776
FOB: Destination
  N00253
 
0002
  POP 25-SEP-2009 TO
24-SEP-2010
  N/A   N/A
FOB: Destination
   

 


 

N00253-09-D-0005
0001
Page 19 of 21
Section G — Contract Administration Data
ACCOUNTING AND APPROPRIATION DATA
AA: 1791319 75XZ 253 SASLM 0 068342 2D 527530 9D90A000C0NO
AMOUNT: $2,449,835.99
CIN 915214260001: $2,449,835.99
                         
CLIN   JOB ORDER   FUNDS EXP. DATE   FUNDED QTY   FUNDED AMT
0001
  0195SBR   30-SEP-2009     1.00     $ 2,449,835.99  
CLAUSES INCORPORATED BY FULL TEXT
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (OCT 2006)
     (a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.
     (b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor. Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also are available at http://acquisition.navy.mil/navyaos/content/view/ful1/3521/. The most useful guides are “Getting Started for Vendors” and “WAWF Vendor Guide”.
     (c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated. the CCR EB point of contact will self-register under the company’s CAGE code on WAWF and follow the instructions for a group administrator. After the company is setup on WAWF, any additional persons responsible for submitting invoices must self-register under the company’s CAGE code at https://wawf.eb.mil.
     (d) The following information regarding invoice routing is provided for completion of the invoice in WAWF:
     
WAWF Invoice Ty pe   Cost Voucher
Pay DoDAAC
  HQ0337
Admin DODAAC
  S3915A
Inspection
  Desination
Acceptance
  Desination
Fast Pay (FAR 52.213-1 required)
  No

 


 

N00253-09-D-0005
0001
Page 20 of 21
     
WAWF Invoice Ty pe   Cost Voucher
Ship To Code (DoDAAC)
  N00253
LPO DODAAC (if applicable)
  ***
DCAA DODAAC (if applicable)
  HAA310
Applicable CLIN/SLIN
  0001
For detailed instructions on submitting documents in WAWF, please review the information posted at the following link:
http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information
Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets. etc. Maximum limit for size of each file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.
(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.
Send Additional Email Notification To:
Receiptcontrol.nuwckpt.fct@navy.mil
Tariq.al-agba@navy.mil
Craig.bleile@navv.mil
(f) The contractor shall submit invoices for payment per contract terms and the government shall process invoices for payment per contract terms.
(g) For specific questions regarding your invoice please contact the Keyport Vendor Pay group at (360) 315-8500 or at vendorpay.nuwckpt.fct@navy.mil. If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NAVSEA WAWF point of contact Margaret Morgan at (202) 781-4815 or margaret.morgan@navy.mil.
(End of Text)

 


 

N00253-09-D-0005
0001
Page 21 of 21
Section J — List of Documents, Exhibits and Other
Attachments LIST OF ATTACHMENTS
Attachment
1. Contract Data Requirements List (CDRL) A0001

 


 

()