Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2004 FBO #1036
SOURCES SOUGHT

A -- Airbase Technologies

Notice Date
9/25/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-BAA-TYN-05-001
 
Response Due
9/30/2005
 
Archive Date
10/15/2005
 
Description
AIRBASE TECHNOLOGIES Sol. TYN 05-001. Contact Wanda Cutchin, Contract Specialist at (850) 283-8665. This is a Broad Agency Announcement (BAA) identifiable as number BAA TYN 05-001, Airbase Technologies Division. Air Force Research Laboratory (AFRL/MLQ), Tyndall AFB, FL, is interested in receiving proposals (technical and cost/price) on the research efforts described below. Proposals submitted in response to this announcement shall reference the BAA number identified above. Responders will ensure that the amounts proposed will be valid for a minimum of 180 days from the date of the proposal. Proposals may be submitted until 30 Sep 05. White papers will be accepted. There will be no formal request for proposals or other solicitations regarding this announcement. Proposals shall be submitted with an original, not exceeding 40 double-spaced pages plus three (3) copies. Proposals shall be mailed to 325 CONS/LGCBA, ATTN: Wanda Cutchin, 501 Illinois Avenue Suite 5, Tyndall AFB FL 32403-5526, marked for BAA TYN 05-001 or e-mailed to wanda.cutchin@tyndall.af.mil. Requirements: The Air Force requires advanced technologies that facilitate the conduct of contingency base operations, combat support functions, and force protection in both homeland security and Air Expeditionary Forces (AEF) operations. In addition, provide opportunities for reduction of weight, volume, and costs of base emergency response, infrastructure support, and combat support systems. AFRL/MLQ solicits cutting edge proposals in the following general technology areas: Atmospheric Threat Protection - Identify characteristic emissions or patterns that enable detection, identification, and/or modeling of anthropogenic chemicals in or transported through the atmosphere. Develop and/or evaluate methods or technologies enabling localization and/or identification of these emission sources, for example storage, use, or accidental/deliberate release of toxic chemicals. Develop, evaluate, modify, and/or integrate technologies and/or materials that may provide protection from atmospheric threats, either inside or adjacent to forward operating bases, and that may contribute to reducing or eliminating threats to personnel and equipment. Protective Technologies - Develop chemical processes and passive or self-decontaminating materials that will reduce recovery time and provide a significant improvement in decontamination capabilities. Develop sensing, active and passive protection, and decontamination technologies for improved force protection at fixed and forward bare airbases. Develop systems for detecting and quantifying toxic materials or hazards (chemical, biological, radiological, and energetic). Provide technology for automated hazard warning/avoidance, neutralization or decontamination, and decontamination validation in operational areas and industrial sites. Develop technologies to technician operable/maintainable, affordable, deployable and modular, allowing rapid mobilization and demobilization. Hazard avoidance during operations will allow sustained operations tempo; assurance of effective decontamination of equipment and operational areas; and ability to continue operations in ?shirtsleeve? environment. Explosive Effects Mitigation ? Identify explosive characteristic effects or patterns that enable detection, evaluation, and/or modeling of the explosive and resulting effects. Develop, evaluate, modify, and/or integrate protective technologies and/or materials that may provide protection from blast, ballistic, and fragmentation effects. Develop new materials, technologies, and/or methodologies to mitigate blast effects resulting in reduced injuries and deaths to building/shelter occupants. Shelters ? Develop new and advanced shelters that are lightweight and low volume, easy to erect, and requires low maintenance. The new shelter will be used for housing personnel and aircraft maintenance and storage for long term and under harsh environments. Specific areas of interest include: airbeam technology based on lightweight and high strength fibers integrated solar power and corporation of chem/bio and directed energy protection into shelter. Air Base Operating Surfaces - Develop lightweight portable airfield evaluation technologies for surface and subsurface material characterization, expedient repair materials and techniques, lightweight high-strength materials, and measurement and prediction in response to traffic and environmental loads. Protection of Deployed Forces and Assets - Develop lightweight rapidly deployable personnel and aircraft shelters, and protection systems for facilities and aircraft parking areas. Specific areas of interest include ultra-lightweight, high-strength materials, exploitation of in situ materials, and post-construction reinforcement of facilities, simulation and modeling of effects of air-blast and fragmentation, and chemical/biological protection systems. Combat Utility Systems ? Develop new energy and utility systems technologies that increase mobility, reliability, and efficiency on all deployable utilities required for AEF operations. Specific areas of interest include: fuel reforming to produce hydrogen, fermentative and photosynthetic production of hydrogen from deployed base waste streams, active and passive power generation, power conditioning and distribution systems, environmental control units, and solid/liquid deployable waste management systems. Robotics/Explosive Ordnance Disposal ? Develop automation technologies for use in high threat areas for AEF and related uses. The specific areas of interest include new technology for: explosive ordnance and mine detection, characterization, and disposal, including buried, surface and underwater ordnance; ground vehicle navigation and guidance; sensing systems; robotic vehicle systems, including teleoperation and automation technology; site survey vehicles; and related automated construction technologies. Fire Fighting - Develop agents, systems, equipment and hardware for use in aircraft firefighting and rescue operations, airbase structural firefighting, weapons systems firefighting, hazardous materials incidents, and improved firefighter training. Develop DoD firefighting systems such as munitions protection and explosion mitigation. Specific areas of interest include the development of environmentally compatible, operationally and cost effective fire extinguishing agents, aircraft rescue and firefighting vehicles/systems, fire detection/suppression systems, specialized rescue and personnel protective equipment, and training technologies. The objective is to enhance airbase and other DoD firefighting safety programs and training capabilities that significantly reduce the amount of time to extinguish fires, extract victims, and minimize damage/casualties. Biocatalytic Materials Synthesis ? High-performance space and aerospace materials are often produced by complex sequences of reactions involving toxic solvents and expensive catalysts. Some materials are derived from structures that are difficult to make via traditional synthetic chemical techniques. Successful development of green chemistry approaches to materials synthesis would not only reduce the cost of the material, but also eliminate negative environmental impacts. One successful approach for synthesis of industrial, pharmaceutical, and agricultural chemicals involves biocatalysis ? the use of living cells or enzymes as catalysts for chemical reactions. Biocatalysis may yield novel materials or better synthetic pathways to known materials by allowing targeted production of specific structures under mild conditions required to support biological processes. Proposal Preparation: Responses submitted shall include a proposal for technical and cost/price as follows: (a) The technical proposal must include an outline and full discussion of the nature and scope of the research, the method or technical approach, and the expected results of each proposal. This proposal should offer scientific advancement in the state of the art. The technical proposal must identify privately developed items, components, processes or computer software entailed in their proposed approach, if any. Information must be included on prior work/experience in the indicated field of research and the available facilities. Management resources shall include resumes of people who will be participating in the proposed design effort, and identify the principal investigator. (b) The cost/price proposal requires submission of cost or pricing data IAW FAR 15.403-5 with a supporting detailed cost schedule and shall contain a per person/hour breakdown per task. FAR 15.403-5 may be located at http//www.arnet.gov.far/ The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract. It is however, an allowable expense to the normal bid and proposal indirect cost in FAR 31.205-18. Evaluation Criteria: Proposals will compete for contract award based upon their potential value to the government in fulfilling the requirements set forth above. That value will be determined using a complex combination of criteria including the technical promise (originality, feasibility, desirability, etc.), affordability (of development, considering technical alternatives and funding available, and of implementation if otherwise successful), and the government's confidence in the effective pursuit of the effort considering the scope of the effort, the offeror's understanding of it, the competence and availability of experienced engineering, scientific, managerial, or other technical personnel, offeror's overall corporate experience (including past performance), and the availability of, or ability to obtain, necessary facilities to perform this effort. Cost realism and reasonableness shall also be considered to the extent appropriate. The Government reserves the right to select for award any, all, a part thereof or none of the proposals received in response to this announcement. Technical consideration will be given greater weight than cost in the selection decision. No further evaluation criteria will be used in source selection. The technical and cost information will be evaluated at the same time. Deliverable Items: (a) Integrated Master Schedule (IMS), DI-MISC-81183A, (b) Contractors Progress Status and Management Report, DI-MGMT-80227, (c) Still Photographic Records, DI-MISC-81206, (d) Presentation Material, DI-ADMN-81373, (e) Scientific and Technical Reports, DI-MISC-80711 (Draft and reproducible final, AFRL/MLQ format). The contractor shall be required to present a final formal briefing at the end of the effort to be held at Tyndall AFB FL. Any equipment or hardware developed under this BAA shall be delivered to Tyndall AFB, FL or a destination as directed by the government. Size Status: The appropriate NAICS code for this acquisition is 541710 with a size standard of 500 employees. Firms responding should indicate whether or not they are a small business, small disadvantaged business, or a woman-owned business. Award Information: Multiple awards are anticipated. While no parts of this requirement lend themselves to being severed for set-aside to Small Businesses, Small Disadvantaged Businesses, or historically Black Colleges and Universities or Minority Institutions (HBCU/MI), the Air Force reserves the right to consider a small business set-aside based on responses hereto. Preferred Type of Contract: Cost Plus Fixed Fee (CPFF). Period of Performance: Maximum duration up to twenty-four (24) months. Security Requirements: Analysis capability, to include personnel and computer facilities cleared to Secret level, may be required. In such instances responding firms must have, or acquire prior to award of contract, appropriate security clearances. The security guide applicable to this BAA announcement will be provided on a case-by-case basis prior to negotiation. Notice to Foreign and Foreign-Owned Firms: Such firms are asked to notify immediately the Government contact point cited below upon making a decision to respond to this announcement. This action is necessary to begin review and clearance procedures. Foreign firms should be aware that restrictions might apply which could preclude their participation. Contact Points: Technical questions should be addressed to AFRL/MLQ, Attn: Paul Sheppard, 139 Barnes Drive Suite 2, Tyndall AFB FL 32403-5323, (850) 283-6276 or e-mail Paul.Sheppard@tyndall.af.mil. Only Contracting Officers are legally authorized to commit the Government. Point of Contact Wanda Cutchin, Contract Specialist, Phone 850 283-8665, Fax 850 283-8491, Email wanda.cutchin@tyndall.af.mil Technical questions should be addressed to AFRL/MLQ, Attn: Paul Sheppard, 139 Barnes Drive Suite 2, Tyndall AFB FL 32403-5323, (850) 283-6276
 
Place of Performance
Address: See Description
 
Record
SN00682110-W 20040927/040925211624 (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.