Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
SOLICITATION NOTICE

A -- NEW AND INNOVATIVE IDEAS IN KINETIC ENERGY INTERCEPTOR TECHNOLOGIES BROAD AGENCY ANNOUNCEMENT. BAA may be accessed at www.smdc.army.mil

Notice Date
5/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
DASG60-03-0003
 
Response Due
5/15/2005
 
Archive Date
7/14/2005
 
Point of Contact
Patricia.Vail, 256-955-2688
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(patricia.vail@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is the Broad Agency Announcement (BAA) issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation, which provides for the competitive selection of research proposals. Contract(s) based on responses to this BAA are cons idered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, The Competition in Contracting Act of 1984. THE FULL BAA, DISCUSSION OF EVALUATION FACTORS, AND REQUIRED FORMS ARE AVAILABLE AT WWW.SMDC.ARMY.MIL. USASMDC contracts with educational institutions, nonprofit organizations, and private industry for research in those areas covered in Part I of this BAA. Awards as a result of this announcement will take the form of a contract. Funding of research within USASMDC areas of interest will be determined by funding constraints and priorities set during the budget cycle. Therefore, those contemplating submission of a proposal are encouraged to contact the USASMDC technical point of con tact, identified below, to determine the likelihood of funding prior to submission of a concept paper or proposal. The recommended four-step sequence is an initial contact, summary concept paper, proposal and contract award for selected projects. This se quence allows earliest determination of the potential for funding and avoids contractor and Government time spent on efforts that may have little chance of being supported. This BAA consists of four parts as follows: Part I - Research Interests Part II - Proposal Preparation and Submission Part III - Proposal Evaluation Part IV - Proposal Forms THOSE SUBMITTING PROPOSALS ARE CAUTIONED THAT ONLY A CONTRACTING OFFICER CAN OBLIGATE THE GOVERNMENT TO ANY AGREEMENT INVOLVING EXPENDITURE OF GOVERNMENT FUNDS. This BAA shall remain in effect until May 15, 2005 or until superseded. USASMDC points of contact: The USASDMC technical POC for this BAA is Mr. Richard Runyan who may be reached by email, Richard.Runyan@smdc.army.mil. The contracts POC is Ms. Patricia Vail who may be reached at (256) 955-2688 or e-mail, Patricia.Vail@smdc.army.mil. In order to streamline the proposal process and to assist offerors in determining whether to incur the cost of generating a formal BAA proposal, it is requested that the offerors first submit a summary concept paper for evaluation. From this summary conc ept paper the government will indicate whether the subject matter technology described is of interest to the Kinetic Energy Interceptor Directorate and whether a formal proposal would be likely to succeed. The government, at its option, may provide comme nts that might be of assistance to the offeror in determining how or whether to submit a BAA proposal. Offerors are not required to submit concept papers nor are they precluded by the government??????s advice on a concept paper from submitting a formal pr oposal. Summary concept papers will be accepted from the 1st to the 15th of each month. They should be sent to: US Army Space and Missile Defense Command ATTN: SMDC-CM-AK/Patricia Vail P.O. Box 1500 Huntsville, AL 35807-3801 Email address: Patricia.Vail@smdc.army.mil (preferred method of receipt) The Kinetic Energy Interceptor Directorate will review the concept paper and the contracting officer respond to the offeror by email not more than 20 days after receipt of the concept paper. The summary concept paper should, in summary, capture the propo sed technical concept together with its rationale and objectives, methodology, the expected results, and its contribution to the USASMDC. Also included should be a period of performance and anticipated cost. The concept paper is normally limited to 2 page s (8 1/2 x 11 single-spaced), of English text with one additional page for technical drawing if necessary. Please include a POCs email address on the concept paper. A review of concept papers by USA SMDC engineers will determine which efforts are of sufficient interest to merit a formal proposal. If there is sufficient interest, a formal proposal will be requested. All proposals, written communications, or documentation concerning this BAA shall be forwarded to the mailing address as above. Proposals submitted in response to this BAA may be for a period of performance up to 48 months. Such long-term proposals should contain a brief summary of the work contemplated for each 12-month period, so that contracts may be negotiated for an entire fou r year project or for individual one-year increments of the total project. A detailed performance schedule for each discrete task must be included along with cost data to include labor category. Include cost data for each task. Cost-Plus-Fixed-Fee completion and/or level of effort type contracts are expected to be awarded. For planning purposes, awards are anticipated in the $100K to $2.5M range for the basic contract with a period of performance not to exceed 18 months. In addi tion to the basic contract, contract options can be proposed. The total period of performance for the basic and options cannot exceed 4 years. This includes time for preparation, approval, and distribution of the final report. Any awards resulting fro m this announcement are subject to the availability of funds in FY04 and succeeding years. PART I RESEARCH INTERESTS The Kinetic Energy Interceptor Directorate is interested in receiving proposals from all offerors capable of satisfying the Government??????s needs on research to advance its capability in missile defense interceptor technologies. Proposals with new or un ique ideas which enhance the state-of-the-art and scientific knowledge are solicited. Proposals should address the technical areas listed below: KINETIC ENERGY INTERCEPTOR TECHNOLOGIES A. Seekers B. Guidance, Navigation, and Control C. Propulsion and Divert & Attitude Control Systems (DACS) D. Avionics E. Windows and Structures F. Innovative Algorithm Concepts Applicable to Interceptors G. Other Applicable Interceptor Technologies Part II - PROPOSAL PREPARATION AND SUBMISSION Part II is intended to provide information needed in preparing research proposals for submission to USASMDC. Both prospective principal investigators and business office personnel will find it useful. Most of the information needed by the personnel preparing the proposal will be found in Section 2 of this part. Blank proposal forms, included in Part IV of this BAA, are designed to provide all required information needed for contracting purposes. Use of the proposal forms will expedite award of the research contract. Organizations or individuals interested in submitting research proposals to USASDMC should make preliminary inquiries on the general need for the type of research effort contemplated before expending extensive time and effort in preparing a detailed resear ch proposal. A formal proposal should present the proposed research effort in sufficient detail to allow USASMDC to evaluate the scientific merit and relevance of the proposed research. There is no page limit on formal proposals. USASMDC encourages nonprofit organizations, educational institutions, historically black colleges and universities, minority institutions, small business, and small disadvantaged business concerns to submit research proposals for consideration. 1. GENERAL INFORMATION It is requested that no classified data be included in proposals or concept papers. SET ASIDE TOPICS The topic ??????Innovative Algorithm Concepts applicable to Interceptors,?????? has been set aside for small business and Historically Black College/Universities and Minority Institutions (HBCU/MI). The same evaluation criteria as stated in this announce ment will be used to select offers under the set-aside and non set-aside portions. The North A merican Industry Classification System (NAICS) Code is 541710 with a small business size standard of 1,000 employees (only applicable to small businesses submitting summary concept papers/proposals under the small business set-aside portion of the BAA). If no acceptable small business or HBCU/MI proposals are received during an evaluation period, the set-aside will be automatically dissolved and contract awards may be made without regard to size status. ELIGIBILITY To be eligible for award of a contract, a prospective contractor must meet certain minimum standards pertaining to financial resources, ability to comply with the performance schedule, prior record of performance, integrity, organization, experience, opera tional controls, technical skills, facilities, and equipment. This acquisition is not open to allied participation at the prime level. For subcontracting purposes, contracting will exclude countries that are on the State Department List of Countries that support terrorism as stated in Part IV - Proposal Form s, Representations and Certifications, Number 8 DFARS Clause 252.209-7001 entitled, ??????Disclosure of Ownership or Control By the Government of a Terrorist Country (MAR 1998).?????? REPORT REQUIREMENTS The number and types of reports will be specified in the contractual document. The reports will be prepared and submitted in accordance with the procedures contained in the contract, which will be based on the reporting requirements contained in the contra ctor's proposal and mutually agreed on before award. Following are the titles, data item descriptions (DID) numbers, and frequency of data items anticipated to be delivered during contract performance: 1. FUND AND MAN-HOUR EXPENDITURE REPORT, DI-FNCL-80331/M, monthly; 2. TECHNICAL REPORTS STUDY SERVICES, DI-MISC-80508A one time final report. 3. STATUS REPORTS, DI-MGMT-80368, as required; 4. OPERATIONAL SECURITY (OPSEC) PLAN, DI-MISC-80508A one time. (if required). PROPOSAL PREPARATION AND SUBMISSION The cutoff dates for receipt of formal proposals at USASMDC are as follows: 15 AUG 03 15 AUG 04 15 NOV 03 15 NOV 04 15 FEB 04 15 FEB 05 15 MAY 04 15 MAY 05 All proposals should include the information specified in this announcement in order to avoid delays in evaluation. Be sure to specify, the Commercial and Government Entity (CAGE Code) and the Contractor Establishment Code (CEC) and the Tax Identification Number (TIN) with your submission. Completion of the Representations and Certifications is a prerequisite before award under this BAA. Please include the POCs email address on your proposal. A proposal for continuation of a given research project will be considered on the same basis as proposals for new contracts. The proposal should be submitted sufficiently in advance of the expiration of the existing contract so that if it is accepted, su pport may be continued without interruption. Submittal of original and five (5) copies of the proposal will expedite the evaluation process. Each copy must contain any restrictive legends (see guidance provided below). 2. CONTENTS OF RESEARCH PROPOSAL Any proprietary data which the offeror intends to be used by USASMDC only for evaluation purposes must be specifically identified in the proposal and marked in accordance with FAR 52.215-1(e). GENERAL The GENERAL section should contain the Research Proposal Cover Page. While the use of this form is not mandatory, it will facilitate timely processing of the proposal. TECHNICAL The technical portion of the proposal should contain the following: (1) Statement of Work (SOW) ?????? The SOW should be a concise document suitable for incorporation into a resultant contract. It should provide a qualitative description of the proposed work, which should be described in terms of advancement, improvement , or end product to be developed. The S OW should state the objectives to be achieved and how these objectives would benefit the USASMDC Kinetic Energy Interceptor Directorate if they were to be realized. These objectives should be stated in terms of their potential usefulness to the Research a nd Development community with USASMDC. (2). Documentation to establish that all computer software developed shall be JTA (Joint Technical Architecture) Army compliant. The highest fidelity version of the computer software shall be deliverable to the government in accordance with the terms of the contract. This shall be the integrated version of the computer software and the source code. Unless otherwise specified, all software developed/modified shall be maintained at the contractor facility for Government review. Delivery is subject to the deferred ordering clause of the contract. (3) A reasonably complete discussion stating the background and objectives of the proposed work, the approaches to be considered, and the level of effort to be employed. Include also the nature and extent of the anticipated results and, if known, the manne r in which the work will contribute to the accomplishment of the agency's mission. (4) The names, brief biography, and list of recent publications of the offeror's key personnel (including alternates, if desired) who will be involved in the research. Documentation of previous work or experience in the field of the proposer is especially important. (5) The type of support, if any, the offeror requests of USASMDC, such as facilities, equipment, or materials. (6) The names of other federal, state, or local agencies or other parties receiving the proposal and/or funding the proposed effort. If none, so state. (7) A statement regarding possible impact, if any, of the proposal's effect on the environment. If none, so state. (8) A brief description of your organization management approach. (9) The facilities to be used for the work, if appropriate for and understanding of the proposal. (10) Proposals submitted in response to this BAA may be for a period of performance up to 48 months. Such long-term proposals should contain a brief summary of the work contemplated for each 12-month period, so that contracts may be negotiated for an enti re four year project or for individual one-year increments of the total project. A detailed performance schedule for each discrete task must be included along with cost data to include labor category. Include cost data for each task. COST The financial portion of the proposal should contain a cost estimate that is sufficiently detailed by element of cost for meaningful evaluation. The budget must include the total estimated cost of the project and the amount and source of project funding (e .g., funds requested from USASMDC and funds to be provided by the proposing organization as cost sharing, if any). The estimated project costs must be broken down for each year of the program to show the following: (1) A list of participants, not necessarily by name, showing the time and number of months to be charged by principal investigator(s), research associates, and assistants, and the total amount per year to be paid to each from the project. For proposals fro m universities, the time and amounts to be charged should be identified by academic year and summer effort. (2) An itemized list of permanent equipment showing the cost of each item. Permanent equipment is any article of non-expendable tangible personal property having a useful life of more than two years, and an acquisition cost of $500 or more per unit. (3) A general description and total estimated cost of expendable equipment and supplies. (4) Contemplated expenditures for travel with brief explanation. Travel budgets that exceed $1,500 per principal investigator per year or that include foreign travel or travel by other than principal investigators will require special documentation. (5) Other di rect costs. (6) Cost for consulting services, if any, showing number of days, daily rates, and estimated travel/per diem costs. The need for consulting services must be fully justified. (7) Indirect costs indicating whether rates used are fixed or provisional and the time frames to which they are applicable (e.g., a fixed rate may apply until a specified date, after which the rate becomes provisional). (8) The fee, if any, which the organization proposes to assess the research project. CONTRACTUAL The contractual portion of the proposal should contain the following: (1) The type of contract preferred. (2) Proposed duration of the effort. (3) The identity of any members of the organization with potential conflicts of interest. Possible conflicts of interest include any people with prior federal employment including employment of the principal investigator as a special Government employee (d uties, agency with whom employed, dates of employment) within two years from the date of proposal submission. If none, so state. (4) If the offeror is proposing to perform research in a classified area, indicate the level of classification of the research and the level of clearance of the potential principal investigator and all other proposed personnel. Also indicate the Governmen t agency that issued the clearances. (5) A completed Representations and Certifications form (see Part IV). (6) (Applicable to large businesses only) If the total amount of the proposal exceeds $500,000, a statement that you agree to prepare and submit a subcontracting plan for small business and small disadvantaged business concerns is required should your pr oposal be selected for negotiation. A mutually agreeable plan will be included in and made a part of the resultant contract. The contract cannot be executed unless the contracting officer determines that the plan provides the maximum practicable opportunit y for small business and small disadvantaged business concerns to participate in the performance of the contract. Should your plan be determined acceptable and should you fail to comply with the terms of the plan, this noncompliance will be considered to b e a material breach of the contract. (7) (Subcontracting) Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), it is the policy of the Government to enable small business concerns to be considered fairly as subcontractors to contractors performing work or rende ring services as prime contractors or subcontractors under Government contracts, and to assure that prime contractors and subcontractors carry out this policy. Subcontracting goals for small and small disadvantaged businesses (including historically black colleges and universities/minority institutions) are 23 and 5 percent, respectively. Subcontracting goals for women-owned business is 5%, HUBZone is 1 1/2%, and Veteran Owned and Service Disabled Veteran-Owned Small Business is 1%.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AK, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00319645-W 20030509/030507213557 (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.