Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
SOLICITATION NOTICE

B -- Broad Agency Announcement (BAA) on behalf of the Secretary of Defense, Office of Net Assessment.

Notice Date
11/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
BAAOSDNA04001
 
Response Due
1/8/2004
 
Archive Date
3/8/2004
 
Point of Contact
Robert Lavelle, 703-614-4578
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(lavelrj@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA BROAD AGENCY ANNOUNCEMENT Introduction: This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposal (RFP), solicitation and/or additional information regarding this announcement will not be issued. Requests for an RFP will be disregarded. The Office of Net Assessment (ONA) will not issue paper copies of this announcement. The ONA reserves the right to select for award all, some, or none of the proposals in response to this announcement. The ONA reserves the right to fund all, some, or non e of the proposals received under this BAA. ONA provides no funding for direct reimbursement of concept paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned and i nstitutions whose proposals are not funded will not be advised of nonacceptance. It is the policy of the ONA to treat all concept papers and proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. I. ELIGIBILITY INFORMATION This BAA is restricted to institutions of higher education (colleges and universities), inclusive of Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) which may submit proposal(s), for consideration by the Government. II. GENERAL INFORMATION 1. Agency Name: Office of Net Assessment 1920 Defense Pentagon Room 3A930 Washington, DC 20301 2. Research Opportunity Title and Program Name: Research and Studies for the Office of Net Assessment 3. Research Opportunity Number: BAA-OSDNA-04-0001 4. Response Date: Proposals Due: January 8, 2004 5. Research Opportunity Description: The Office of Net Assessment conducts and sponsors analyses that compare the standing, trends, and future prospects of US and foreign military capability and military potential. Priority is given to assessing aspects of the security environment and parts of the world that are likely to change in the future, and that may present threats or opportunities to the US. Assessments may focus on specific theaters, regions, functions, mission areas, major weapons categories, doctrine, etc., as well as on demograph ic, economic, and political developments that may affect the power and strategies of nations. Objective and Areas of Interest: The Office of Net Assessment seeks proposals, from Institutions of Higher Education ?????? Colleges and Universities, that respond to the following areas of interest. Proposals will be considered that undertake comprehens ive approaches to one or more of the following areas, or that investigate one or more particular aspect(s) or case(s) that belong to the broader area: 5.1. Asian Military Balance: The Office of Net Assessment is interested in developing a fuller and deeper understanding of the emerging strategic competition in Asia. Work in this area might include studies of the history of international military-strat egic competition in the region; analyses of the network of nations/powers in Asia and the interaction of the United States with that network; and the consideration of regional trends in demography, economics, energy consumption, etc., and the implications of these trends. Studies might also examine the perceptions of Asian nations: what do nations in this region pay attention to, in the policies, posture, and behavior of the United States as well as other nations in the region? 5.2. Precision Strike and Robotics: The further development and eventual proliferation of technologies associated with long-range precision strike, to include the operation and exploitation of robotic system, will continue to shape the character of future conflict. The Office of Net Assessment is interested in studies of how new technologies and operational/organizational concepts may transform armed conflict; how the pro liferation of long-range strike capabilities may change how other countries perceive and conduct warfare, not just against the United States but against other countries as well, and; how other countries may adapt precision-strike and robotic systems to sui t their own strategic and military priorities. On the topic of robotics and unmanned systems more generally, work may include analyses of the evolution of robotic systems in the military and other elements of the U.S. industrial sector; historical studies of others' experiments with robotic systems, and; the prospects for other countries in developing and employing unmanned systems. 5.3. Air Dominance, Missile Defense, and Power Projection: How, historically, has the United States exploited its dominance of the air, and how has this been reflected in U.S. military strategy? Looking ahead, how is the contest for air dominance changin g? How is the introduction and proliferation of unmanned systems (to include cruise and ballistic missiles) changing existing notions of air superiority? What are the social, cultural, and other factors that shape a military's ability to produce a highly capable air force? What is the likely shape of the future air attack-air defense competition? 5.4. Training: Rigorous, realistic military training has often equaled victory on the battlefield. The Office of Net Assessment is interested in historical studies of military training (from the ancient world to the modern day); analyses of the social an d cultural factors conducive to successful training, and; studies of how other countries and other militaries have historically approached the training of their forces. Studies may also address the likely future directions of military training: What sorts of new technologies may change or even revolutionize existing approaches to training? What might a new training-support infrastructure look like? The following topics are provided to support the research areas identified above: ???? PRC strategic culture; ???? the role of familiy-kinship-caste relationships in Asian strategic decision making (that is, the sources of Asian institutional and bureaucratic behavior); ???? the costs and benefits of information abundance in networked military systems; ???? the ability of the US national economy to sustain the current American position of military preeminence over the long run; ???? developments in the biological or human sciences affecting the enhancement of human performance in the conduct of military operations, and; ???? exploration of American long-term strategic choices in the evolving international security environment in conjunction with major emerging trends or discontinuities of the FSU itself. 6. Points of Contact: Questions of a technical nature should be directed to: Ms. Rebecca Bash e-mail: Rebecca.Bash@osd.pentagon.mil Acquisition and Financial Advisor OSD Office of Net Assessment 1920 Defense Pentagon Room 3A930 Washington, DC 20301 Questions of a business nature should be directed to the Contract Specialist, as specified below: Mr. Robert Lavelle e-mail: lavelrj@hqda.army.mil Contract Specialist Defense Contracting Command-Washington 5200 Army Pentagon Washington, DC 20310-5200 Important Note: The business point of contact will not accept any proposal under this BAA. For information regarding the submission of proposals, please refer to paragraph IV.6. 7. Award Instrument Type: The type of funding instrument selected by the Government may be firm fixed price contracts, cost type contracts, or cooperative agreements (no profit). Award may be made consistent with 10 USC 2358, 10 USC 2361, and 10 USC 2374(a). III. AWARD INFORMATION 1. The period of performance of the awards typically ranges from one to three years. Options will be considered at the Government??????s discretion. 2. Award of selected proposals will be made subject to availability of funds. Awards will be made within two years of receiving the proposals. IV. APPLICATION AND SUBMISSION INFORMATION 1. Application and Submission Process: The due date for proposals is no later than 1 p.m. (EST) on 8 January 2004. Each proposal should state that it is submitted in response to this BAA. 2. Format of Proposals: The proposals submitted in response to this BAA are expected to be unclassified. The proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and DoD regulations. Offerors are expected to appropri ately mark each page of their submission that contains proprietary information. The proposal should include a severable, self-standing Statement of Work, which contains only unclassified information and does not include any proprietary restrictions. IMPORTANT NOTE: Titles given to the proposals should be descriptive of the work they cover and not be merely a copy of the title of this solicitation. FORMAT: ???? Number of pages: no more than 30 pages for technical proposal. There is no page limitation for cost proposals. ???? Copies: one (1) original, four (4) copies and one electronic copy of CD-ROM, (in Microsoft Word or Excel 97 compatible) 3. Content of Technical Proposals: The technical proposal should include the following sections, each starting on a new page. 3.1. Title page: (Not included in page limitations.) This should include the words ??????Technical Proposal?????? and the following: ???? BAA number; ???? Title of proposal; ???? Identity of Offeror; ???? Principal Investigator, (name, phone, fax, e-mail) ???? Business contact; (name, phone, fax, e-mail); and, ???? Duration of effort 3.2. Technical Approach and Deliverables: A detailed description of the approach planned, results targeted and products to be delivered. 3.3. Statement of Work: A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award instrument. To t his end, such proposals must include a severable self-standing SOW without any proprietary restrictions, which can be attached to the contract or agreement award. Include a detailed listing of the technical tasks/subtasks organized by year. 3.4. Qualifications: A discussion of previous accomplishments and work in this, or closely related, areas, and the qualifications of the investigators. Key personnel resumes should be attached to the proposal and will not count toward the page limitatio ns. 4. Content of Cost Proposals: The cost proposal should include a detailed breakdown of all costs by cost category by calendar/fiscal year. The following cost areas should be included, if applicable: 4.1. Direct Labor: Individual labor category or person, with associated labor hours and unburdened direct labor rates; 4.2. Indirect Costs: Fringe Benefits, Overhead, G&A, etc. 4.3. Travel: Number of trips, number of days per trip, departure and arrival destinations, number of people, etc. 4.4. Consultant: Provide consultant agreement or other document, which verifies the proposed loaded daily/hourly rate; 4.5. Other Direct Costs: Should be itemized with costs or estimated costs. 5. Submission of Late proposals: Any proposal, modification, or revision, that is received at the designated Government office after the exact time specified for receipt of proposals is ??????late?????? and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late proposal would not unduly delay the acquisition and (a) If it was transmitted through an electronic commerce method authorized by the announcement, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (a) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of proposals and was under the Government??????s control prior to the time set for receipt of proposals; or (b) It was the only proposal received. However, a late modification of an otherwise timely and successful proposal, which makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. Acceptable evidence to establish the time or receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statem ents of Government personnel. If an emergency or unanticipated event interrupts normal Governmental processes so that proposals cannot be received at the Government office designated for receipt of proposals by the exact time specified in the announcement, and urgent Government require ments preclude amendment of the announcement closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the announcement on the first work day on which normal Government processes resume. The Contracting Officer must promptly notify any offeror if its proposal, modification, or revision was received late and must inform the offeror whether its proposal will be considered. 6. Address for Submission of proposals (both technical and cost proposals): Rebecca Bash e-mail: Rebecca.Bash@osd.pentagon.mil Acquisition and Financial Advisor 1920 Defense Pentagon Room 3A930 Washington, DC 20301 NOTE: Proposals sent by fax or e-mail will not be considered. Hand delivered proposals (to include courier delivery without access to the Pentagon building) will not be accepted. Due to the difficulties in receiving regular mail, companies are encourage d to use US postal service overnight or a delivery service with access inside the Pentagon. V. EVALUATION INFORMATION These submissions will be selected through a technical/scientific/cost decision process with technical and scientific considerations being more important than cost. Even though cost is of less importance than all the technical factors combined, it will be considered in the overall evaluation. The degree of its importance will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based, or when the cost is so significantly high as to diminish the value of the technical superiority to the Government. Criteria A-C are listed in descending order or priority. Any subcriteria listed under a particular criterion are of equal importance to each other. A. Potential contribution to ONA??????s mission and Department of Defense concerns 1. The degree of innovation 2. The soundness and feasibility of technical approach 3. The offeror??????s understanding of the problem and the technical effort needed to address the problem B. Offeror??????s capabilities, related experience, and past performance, including the qualifications, capabilities, and experience of the proposed personnel 1. The quality of technical personnel proposed 2. The offeror??????s experience in relevant efforts with similar resources 3. The ability to manage the proposed effort C. The realism of the proposed cost 1. Total cost relative to benefit 2. Realism of cost levels for facilities and staffing VI. AWARD ADMINISTRATION INFORMATION 1. Central Contractor Registration (CCR) ?????? Successful offerors not already registered in the Central Contractor Registration (CCR) database will be required to register in CCR prior to award of any contract or cooperative agreement. Information on CCR registration is available at: http://www.ccr.gov/ 2. Due Date for Proposals: The due date for prop osals is no later than 1 p.m. (EST) January 8, 2004. Each proposal should state it is submitted in response to this BAA.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00471369-W 20031119/031117212139 (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.