Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2002 FBO #0146
MODIFICATION

A -- Continuation of DTRA01-PRDA-02-AL01 PRDA Announcement for DTRA Technology Applications

Notice Date
4/25/2002
 
Notice Type
Modification
 
Contracting Office
Defense Threat Reduction Agency , DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
DTRA01-PRDA-02-AL01
 
Response Due
6/10/2002
 
Archive Date
7/10/2002
 
Point of Contact
janet thodos, 703-767-7894
 
E-Mail Address
Email your questions to Defense Threat Reduction Agency
(janet.thodos@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This modification to DTRA01-PRDA-02-ALO1 continues information for the PRDA announcement for DTRA Technology Applications. This constitutes Part 2 of the PRDA synopsis/solicitation. EVALUATION CRITERIA:Each proposal will be objectively evaluated on its o wn merit against the criteria listed below by a formal peer review followed by a source selection evaluation. Awards will be made to the offeror's proposals determined to best meet the evaluation criteria (technical/cost tradeoff) and best meets the DTRA TDA mission needs. The formal peer review evaluation will be based on Criteria 1-4, which are listed in descending order of importance. Criteria 1 and 2 are of equal importance and are significantly more important than Criteria 3 and 4. Criteria 3 and 4 ar e of equal importance. The source selection evaluation process will be conducted taking into consideration the evaluation of Criteria 1-4 by the formal peer review, Criteria 5, Criteria 6, and Criteria 7 in the following manner: Criteria 6 and 7 are of sig nificantly more importance than Criteria 5. Criteria 6 and 7 are of equal importance with the combined peer review evaluation of Criteria 1-4. The combined peer review evaluation of Criteria 1-4 is significantly more important than Criteria 5. Accordin gly, the combined evaluation of Criteria 1-4, 6 and 7 are significantly more important than Criteria 5. A tradeoff process, as authorized in FAR 15.101-1, may be used in the source selection under this procurement.Criteria 1-4(Technical/Merit):(1)Overall scientific and technical merit;(2)The potential for the research results to achieve the PRDA objectives as stated in the Introduction to the PRDA and the value of the research results to the potential end user;(3)Assessment of the extent to which the propo sed work complements and/or avoids duplication of already completed or ongoing work; (4) Qualifications, capabilities, and experience of the principal investigator, team leader, and key personnel as well as corporate capabilities and relevant experience.Cr iteria 5:Reasonableness and realism of the proposed cost and availability of funds. Criteria 6:Programmatic balance-Programmatic balance includes considerations such as the relative importance or urgency of one specific research effort or technical approac h over another. Factors such as end users and relationships to other research efforts influence determinations of importance and urgency. Additional consideration will be given to whether or not a contractor has proposed a firm deliverable product resulti ng from the effort such as a software product or prototype development rather than just a written final report. Criteria 7:Past Performance History-Selection of successful proposals for award will be based on the outcome of the formal peer review performed by experts in industry, academia, National Laboratories and the Government and by the source selection evaluation performed solely by Government personnel. Separate funding has been identified for Topic Areas 1, 2, and 3. Funds shall not be commingled. Di fferent peer review and source selection panels may be used for the evaluation of a specific topic area dependent upon areas of expertise of the panel members. The offeror?s technical proposal should follow the format specified below and should specifical ly address the evaluation criteria. For information purposes, personnel from the following Department of Energy Laboratories will be involved in the peer review of proposals: Los Alamos National Lab, Brookhaven National Lab, Idaho National Environmental Lab, Lawrence Livermore National Lab, Sandia National Lab, Pacific Northwest National Lab, Argonne National Lab, Oak Ridge National Lab, and Pantex Lab. The peer reviewers will be required to complete conflict of interest/nondisclosure agreements before r eviewing any proposals. TECHNICAL PROPOSAL FORMAT REQUIREMENTS: GENERAL-This announcement is an expression of interest only and doe s not commit the government to pay for proposal preparation costs. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to normal bid and proposal indirect costs as specified in FAR 31.205-18. The following data deliverable information is provided to potential offerors in order that they may be aware of the data requirements in pricing their cost proposal. Expected deliverables are:1 ) Monthly progress reports, contractor format acceptable, providing a brief summary of technical milestones achieved and major successes/major problems encountered. This report must contain technical progress made and a cost schedule status which identif ies current obligations and expenditures tied to project activities; 2)Final Report and: 3)Software product or hardware deliverable. PROPOSAL FORMAT: Proposals are to be printed on 8.5 x 11 inch paper with 1-inch margins (all 4 edges of each sheet) in type not smaller than 12 point. The technical proposal length shall not exceed 45 single-spaced pages. The page limitation does not include the cost proposal. Proposals shall consist of a technical proposal (volume 1) and a cost proposal (Volume 2). These two shall be separated and no cost data shall be included in the technical proposal. No plastic or other type of document protector shall be used. Technical proposal (Volume 1)-shall be comprised of the following components and cannot exceed 45 pages in length. Failure to provide the required items in the technical proposal could render the proposal non-responsive, causing the proposal to be eliminated from further consideration. (A) Cover Page. The cover page should include the following information:(1 )PRDA number; (2)proposal title; (3)Topic Area number and title; (4) point(s) of contact to include name, mailing address, telephone number, fax number (if available), electronic mail address (if available) for the technical POC and the contract administr ator POC; and (5) submission date, proposed period of performance, and offer acceptance period. The cover page is to be signed by an individual that is authorized to contractually obligate the offeror. B. Summary Page. The summary page is to identify the proposal title, names and titles of the principal investigator(s) (PI) and the PI?s institutional affiliations. It is also to provide a brief (350 word) summary of the proposal. (C)Proposal Narrative. T he proposal narrative includes tables, figures, and references. The proposal narrative is to provide a detailed description of the proposed research, including the research objectives, the methodology and approaches for accomplishing those objectives, the anticipated results of the research, and the releva nce of the proposed research and anticipated results to the evaluation criteria and program objectives stated in the PRDA. It should describe the application of the research and identify the intended end user. It should provide a review of previous and ongoing work and identify any technical issues that need to be solved. Facilities, equipment and other resources of the offeror that will be used in the performance of the proposed research should be described. Any collaborators should also be identified . (D) Statement of Work. Provide a general description of the problem to be addressed as it relates to current identified program needs. The statement of work shall be broken down into phases. Since it is anticipated that the period of performance for t hese efforts resulting from this PRDA will be for up to 2 years for the base period with a maximum 1 year option period, the phases should be broken down, to the maximum extent possible, into efforts that can be completed in 12-month increments. Each phas e shall list and describe the tasks and subtasks associated with that phase to include identification of associated milestones and deliverables by task and s ubtask. Deliverables should include reports, data, hardware, software and documentation,, as applicable. The resulting document should be suitable for incorporation into a contract, have proprietary data removed, and not exceed 5 pages in length. (E) Pro po sed Schedule. The proposed schedule identifies when a task or subtask begins and ends and provides milestone and deliverable due dates. F) Curriculum Vitae. Vitae of the principal investigator and key personnel are to be provided. One page resumes shoul d be attached for key technical personnel. These should be included as Annex A to the proposal and will not counted against the proposal page limitation. List the principal investigator for the proposed effort to include address, email and phone number. Include a short biography of the principal investigator, emphasizing his or her qualifications for the proposed effort. (G) Contract and Proposal List-A list of current and pending government contracts and proposals is to be provided by title, sponsoring agency, solicitation reference, and brief description.(H) Funding Organization List: A list of the names and addresses of other government and private organizations that have in the past, currently, and/or are likely in the future to provide funds to the o fferor for the same or similar research. COST PROPOSAL REQUIREMENTS: -The cost proposal must include detailed supporting cost schedules and breakdowns for the phases identified in the proposed statement of work by task and subtask and total for base period and total proposed costs for combined base period and option. Labor costs are to be provided by labor category with a breakdown of each category's proposed hours and rates. Fringe Benefits, overhead & G&A rates and fee rates proposed must be specified a long with the base to which the indirect rates are applied. Proposed travel must be identified and travel costs are to be itemized by airfare, local travel, per diem and miscellaneous expenses per traveler per destination. Equipment and supplies are to b e itemized. Any facilities, equipment or any other non-monetary resources that are required of the Government are also to be itemized. Subcontractor proposals (if applicable) including pricing rate detail, should be provided with the prime contractor's su bmission. Any offeror proposing facilities capital cost of money must submit a completed Department of Defense (DD) form 1861 with their cost proposal. For questions as to preparation of the DD1861, contact your cognizant Defense Contracting Management C ommand (DCMC) representative. Cost proposals shall clearly identify the contract type being proposed. There is no limitation on number of pages for the cost proposal. Past Performance Information. Offerors shall provide descriptions of related past eff orts. Specifically, offerors shall include a list of other Government contracts performed within the last 5 years with a technical and contracts name and telephone number and identifying contract number. In the absence of government contracts, provide a list of other contracts performed within the last 5 years. Other Information -If your company has a cognizant Defense Contract Audit Agency, please provide DCAA office and address with a point of contact and phone number. PROPOSAL SUBMISSION: It is anticipated that proposals for research under this PRDA shall be unclassified. Offerors shall state in their proposals if any restrictive m arkings or property rights are applicable to their proposal and clearly identify any information or data deemed proprietary by the offeror. It is anticipated that option periods in accordance with FAR Part 17.2 will be utilized in contracts resulting from this PRDA. Awards under this PRDA are subject to the availability of funds. The Government anticipates award of either firm-fixed-price level of effort or cost-reimbursement-type contracts resulting from this announcement. No limits or other characteris tics have been devel oped, especially with regard to: level of funding by year, level of effort, number of awards, awards by business type, or number of proposals submitted by a given firm (though ?shots in the dark? are NOT encouraged). Responses are requested from all respo nsible organizations including industry, academic institutions, research institutions, and other non-profit organizations. Small Businesses (SB) and Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities (HBCU's) and Minority I nstitutions (MI's) are encouraged to propose to this synopsis/solicitation. Firms that respond to this announcement should indicate whether they are large business, small business, socially and economically disadvantaged business, woman-owned business, or HBCU/MI. Offerors may propose any combination of teaming or subcontracting arrangements. Proposals requiring performance by an FFRDC cannot be considered under this PRDA IAW FAR 35.017-1(c)(4). This announcement is an expression of interest only and does not commit the US government to pay for any response preparation costs. DTRA reserves the right to select for award all, part or none of the responses received. Offerors are cautioned that only Contracting Officers are legally authorized to commit the Go vernment. It is expected that successful offerors will have submitted detailed technical and cost proposals that can serve as the basis for award with minimal change. It is anticipated that the awards will be made between 1 October 2002 and November 30, 2002, and proposals should be priced accordingly. Awards will be subject to the availability of funds. The Government reserves the right to 1) select for awards all, some or none of the proposals received, and 2) incrementally fund the award. Funding of op tions for selected proposals is not guaranteed and is solely at the discretion of the Government. If proposing on more than one topic area, a separate proposal shall be furnished for each topic on which the offeror wishes to propose. If the total amount o f the proposal exceeds $500,000 and the offeror is a large business, the offeror shall state that it will promptly prepare and submit a subcontracting plan for small business and small disadvantaged business concerns should it be notified that the proposal is selected for award. Responses must be received at the location listed below by no later than 10 June 2002, 2PM Eastern Standard Time. One original and fifteen (15) copies of the technical (Volume 1) and cost (Volume 2) portions of the proposal shall be sent to: Defense Threat Reduction Agency/AL0, ATTN: J. Thodos, 14703E Willard Rd, Chantilly, VA 20151-1705, reference DTRA-01-PRDA-02-ALO1. Express deliveries must be delivered to the location stated herein and must be delivered prior to the closing d ate and time listed herein. Facsimile or handcarried proposals will not be allowed. Any proposals received after the closing date and time stated herein will be subject to FAR 15.208(b)(1), which addresses late proposal submissions. Proposals must refere nce DTRA01-PRDA-02-ALO1 on the front cover page and on the outside package in order to clearly identify the package as a proposal. Other information: In order to be eligible for award, your company must be registered in the Central Contractor's Registry (C CR). For more information on how to register, access the CCR website at http://www.dlis.dla.mil/ccr. In addition, offerors are advised that all companies selected for award will be required to complete a list of representations and certifications which wil l include but is not limited to, FAR 52.223-6 Drug Free Workplace; FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and other Responsibility Matters; and FAR 52.203-11 Certification and Disclosure Regarding Payments to Influe nce Certain Federal Transactions. The c omplete required list of representations and certifications will be sent to companies selected for award between the time of source selection and contract award. Offerors not selected for award are anticipated to be informed around the October-November 2002 timeframe at which time they may wish to request a debrief. QUESTIONS: All questions (technical or otherwise) s hould be sent via email to: janet.thodos@dtra.mil. Questions and answers will be posted through the fedbizopps website at (http://www.fedbizopps.gov) as a modification to this synopsis/solicitation announcement (DTRA01-PRDA-02-ALO1). Offerors are respons ible for reviewing the fedbizopps website to stay apprised of any changes in the synopsis/solicitation and to obtain information on any questions and answers that have been posted.
 
Place of Performance
Address: Defense Threat Reduction Agency DTRA Annex, 8725 John J. Kingman Road, MSC 6201 Fort Belvoir VA
Zip Code: 22060-6201
Country: US
 
Record
SN00066440-W 20020427/020425213537 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.