Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

A -- BROAD AGENCY ANNOUNCEMENT (BAA) Novel Optically diVerse Applications

Notice Date
10/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
87117
 
Solicitation Number
Reference-Number-03-DE-03
 
Response Due
10/24/2003
 
Point of Contact
Rhoda Parker, Contract Specialist, Phone 505 853 7282, Fax 505 846 1546, - Barbara Steinbock, Contracting Officer, Phone 505 846 2246, Fax 505 846 1546,
 
E-Mail Address
Rhoda.Parker@Kirtland.af.mil, Barbara.Steinbock@kirtland.af.mil
 
Description
INTRODUCTION: The Air Force Research Laboratory (AFRL), Directed Energy Directorate (DE) located at Kirtland AFB NM is interested in receiving proposals in the thirteen technical areas under Novel Optically diVerse Applications (NOVA). The total program budget for these efforts is approximately $49M over 60 months. The projected start date will be during the second quarter of FY04. AFRL anticipates making more than one award depending on the availability of funds. Offerors may propose on any or all of the topic areas. The BAA will remain open for a year. Semi-annual evaluations will be conducted at the 6 and 12-month points, assuming availability of funds. Initial white papers will be required October 24, 2003 as a result of this FedBizOpps notification. PLEASE REALIZE THIS FUNDING PROFILE IS AN ESTIMATE ONLY, IS NOT A PROMISE FOR FUNDING, AND IS SUBJECT TO CHANGE DUE TO GOVERNMENT DISCRETION AND AVAILABILITY. AFRL will not issue a separate solicitation. AFRL is distributing this BAA electronically through FedBizOpps at http://www.eps.gov. Once there, offerors should enter ?BAA 03-DE-03? into the search option to reach the posting.. Offerors may obtain a copy of the AFRL guide entitled ?BAA GUIDE,? dated 29 Jun 98, from the Internet. This guide will help offerors understand the BAA process. To see the guide, go to http://extra.afrl.af.mil/policy-guides.htm. From there, click on ?BAA Guide.? Points of Contact (POCs): Contractual/Business issues: Rhoda Parker, Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773. Phone: 505-853-7282, fax 505-846-1546. Technical Point of Contact is: Dr. Lewis DeSandre, AFRL/DEBS, 505-846-4407. Dr. DeSandre is the overall POC for this BAA. However, each area includes an individual POC. Please contact the specified POC for each area. B. TECHNICAL TOPIC AREAS: See Attachment 1 C. WHITE PAPER PROCESS: White Papers are due 24 October 2003. All white papers should be received by 2:30 p.m. Mountain Standard Time on the due date. Late white paper submissions will be evaluated based upon the availability of funds. Offerors are limited to a five-page white paper(s) for each of the technical areas describing the work to be undertaken including a rough order of magnitude for cost in each of areas being proposed. Allow one-inch margins all around. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A ten-point proportional serif font is acceptable, in which case characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. A cover page should be included with each white paper which clearly identifies the offeror with name, address and telephone/fax number. The cover page shall not count against the total page limits. Attach the resume of the Principal Investigator or of key personnel to the white paper. Resumes do not count against the five page limit. White papers will be evaluated according to the criterion in Section D below. All offerors will be notified in writing of the results. AFRL will attempt to make notification within 30 days from receipt of white papers. Only those offerors whose white papers meet the criterion will be requested to submit full proposals, however, any offeror who submitted a white paper may elect to submit a full proposal. Proposals will then be evaluated according to the criteria in section F below. Any unsuccessful offeror may request a debriefing. Offerors shall submit their white paper to Rhoda Parker at the following address (if mailed): Det 8 AFRL/PKDB (Directorate of Contracting), 2251 Maxwell Ave SE, Kirtland AFB, NM 87117-5773; or E-Mail rhoda.parker@kirtland.af.mil. If hand-carried: Building 499, Room 121, Kirtland AFB, NM. The technical point of contact is Dr. Lewis DeSandre, DEBS, 505--4407. D. WHITE PAPER EVALUATION CRITERIA: White papers will be evaluated on the following criterion: Well-conceived, scientifically and technically sound white paper pertinent to program goals and objectives. E. PROPOSAL PREPARATION INSTRUCTIONS: For full proposals, the technical volume shall be limited to a maximum of 20 pages for each technical area that is proposed, but there is no page limit on Contractors Statement of Work, cost, or resumes of key personnel. Cost and administrative volumes shall be separate from the technical volume. A cover page should be included with each proposal, which clearly identifies the offeror with name, address, and telephone/fax number. The cover page will not be counted toward the page limits. Submit an original and 5 copies of both the technical and cost volumes. Offerors shall furnish the cost volume for each technical area in hard copy and on a 3.5 inch diskette as IBM PC compatible, Microsoft Excel (Version 5.0 or 6.0) files, to include all cell formulas, covering the entire period of performance. Submit only one original and one copy of the administrative volume. The full proposal shall consist of: (1) TECHNICAL PROPOSAL: shall contain the following sections: (a) Executive Summary, (b) Program Description, (c) Program plan, (d) Contractor Statement of Work (CSOW) and Milestone Chart, (e) Facilities and Equipment description, (f) Description of Relevant Prior Work, (g) Management Plan, and (h) Resumes of Key Individuals. The following information describes items that should be addressed in the technical proposal. Section (a) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. Section (b) Program Plan: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art. Also, if applicable, describe any potential for commercial application and the benefits expected to accrue from commercialization. Section (c) Program Plan: Describe in detail the approach planned and how the plan will be executed. This section should include all technical aspects and how the approach will be executed to address each of the technology goals outlined in Section B of this solicitation. Section (d) Contractor Statement of Work (CSOW) and Milestone Chart Description: Include a Contractor Statement of Work detailing the technical tasks to be accomplished under the proposed effort and to be suitable for contract incorporation (no proprietary legends). Milestones should indicate when specific objectives are expected to be met in the overall schedule of the program and should identify the specific accomplishments necessary to proceed to the next task. Section (e) Facilities and Equipment: Describe the facilities that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment. Section (f) Description of Relevant Prior Work: Include a list, covering the past five years, of both in-house efforts funded by internal research funds and contracts funded by others. For each such effort, include a list of the principal investigator, title of effort, contract number, brief summary of results, and a technical and contracting point-of-contact, including phone numbers, with the funding organization. Section (g) Management Plan: Offerors should provide an approach which demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion. Section (h) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. The technical proposal shall be limited to 20 pages, (12 pitch or larger type), double-spaced, 8.5 x 11 inch pages. The page limitation includes all information i.e., indices, photographs, foldouts, appendices, attachments, etc. Use at least 1-inch margins on top and bottom and 1 inch side margins. The binding shall not impair legibility. Both sides of paper may be used. Each printed side of an 8.5 x 11 inch sheet counts as a page. Foldouts printed on one side only will be counted as 2 pages. The Contractor's Statement of Work, description of relevant prior work, the resumes, blank pages, title pages, table of contents, list of figures, lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 character per inch). A ten-point proportional serif font is acceptable, in which case characters per inch measurement do not apply. Typesetting or other techniques to reduce character size or spacing are not permitted. (2) COST PROPOSAL: There is no page limitation for cost portions of each technical proposal. Cost proposals should be prepared in accordance with the instructions located at the FedBizOpps website: http://www.eps.gov under this BAA . ( Or see Attachment 2 of this announcement for instructions) (3) GENERAL: Proposals shall be due 30 days from the request date. Proposals shall be submitted to Det 8 AFRL/PKDB, Attn: Rhoda Parker (505-853-7282), 2551 Maxwell Ave SE, Building 424, Kirtland AFB NM 87117-5773. Do not send proposals to any other address or they may not be considered for award. Proposals submitted by fax or E-Mail will not be considered for award. Full proposals will not be accepted unless a white paper was previously submitted. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above BAA number and include a contractor unique proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal is not desired. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 3.205-18. F. PROPOSAL EVALUATION CRITERIA: Proposals will be evaluated in accordance with FAR 35.016. Proposals will be evaluated by a peer or scientific review process using the following evaluation criteria in descending order of importance: Factor 1: Technical quality and scientific merit of the proposed technical approach and program plan, and the relevance of the proposed technology to future AFRL/DE programs; Factor 2: Capabilities and related experience, facilities, techniques or unique combinations of these which are an integral factor for achieving proposal objectives; and Factor 3: Affordability. No further evaluation factors will be used in selecting proposals. The selection of one or more sources for award will be based on an evaluation of each offerors proposal, both technical and cost to determine the overall merit of the proposals. The technical aspect is ranked as the first order of priority and is significantly more important than cost, however, cost/price is a substantial consideration in selection of proposals for award. AFRL reserves the right to select for award any, all, part or none of the proposals received in response to this announcement, subject to the availability of funds. When requested, a debriefing will be provided IAW FAR 15.505 and 15.506. G. ADDITIONAL INFORMATION: While the Government reserves the right to award a procurement instrument best suited to the nature of the research proposed, a Cost Plus Fixed-Fee, Level of Effort, IDIQ Completion and/or Level of Effort contract(s) of 60 months duration is anticipated. Should any award result in an IDIQ contract, the maximum ordering amount is only an estimate and is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period. In the event the Government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror. The following deliverable types of data may be required subject to change upon contract negotiation: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Final Report, draft and final; and (d) Presentation Material as needed in conjunction with technical interchange meetings. It is anticipated that contractors may have access to or may generate data that is unclassified with limited distribution and/or subject to U.S. Export Control laws. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. Contact the Defense Logistics Service Center (DLSC) on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek, Michigan 49016-4312, 1-800-352-3572 for further information on the certification and approval process. Foreign-owned firms that are interested must contact the Contracting POC, Barbara Steinbock at 505-846-2246 prior to proposal submission. Discussions with the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. Some work may require access to classified information with the preponderance at the secret level. However, some efforts may require Top Secret Sensitive Compartmented Information (TS/SCI). Organizational Conflict of Interest clauses may apply to this action and cannot be determined prior to proposal submission. An ?Administrative Access to Proprietary Information? consent provision, located at the FedBizOpps website http://www.eps.gov under this BAA is applicable with anticipation of incorporation by reference in any resulting contract(s). Firms responding should indicate if they are a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a Woman-Owned Business, or a Hub-zone certified concern. The NAICS for this acquisition is 541710, with a size standard of 1,000 employees. This acquisition is unrestricted; full and open competition is anticipated. All DOE Federally Funded Research and Development Centers (FFRDCs) and DoD FFRDC?s C31 Lab, Lincoln Laboratory or Software Engineering Institute may submit proposals in response to this solicitation/announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. No commercial products anticipated. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-OCT-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLPLDED/Reference-Number-03-DE-03/listing.html)
 
Record
SN00559574-F 20040404/040402215307 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.