Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
SOLICITATION NOTICE

A -- ENGINEERED BIO-MOLECULAR NANO-DEVICES / SYSTEMS

Notice Date
1/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA05-16
 
Response Due
3/4/2005
 
Archive Date
3/5/2005
 
Description
ENGINEERED BIO-MOLECULAR NANO-DEVICES/SYSTEMS. SOL: BAA05 ?16. DUE: March 4, 2005. POC:Dr. Anantha Krishnan, DARPA/DSO. FAX: (703) 696-4470. WEB: http://www.darpa.mil/baa/. E-MAIL:BAA05-16@darpa.mil. PROGRAM DESCRIPTION. The Defense Sciences Office is soliciting proposals for innovative research on the development and demonstration of a chip scale array platform that integrates scalable biological ion channel device architectures to enable direct, real-time conversion of bio-molecular signals into electrical signals. A critical focus of this program is the exploitation of stochastic, temporal information for the real-time analysis and detection of various molecular targets of interest. The program is expected to incorporate several recent advances in ion channel devices that have demonstrated robust and reproducible signals from scalable architectures. The program will demonstrate the integration of 50 or more individually addressable and functional ion channel sensing elements on a chip with a 1 sq. cm footprint, with integrated microfluidics, sensing electrodes and electronic devices for signal processing. Real time readout of signals will be obtained for analytes and mixtures of analytes in the presence of common environmental interferants such as smoke, dust, fuel vapors and exhaust fumes. The program will demonstrate functional and stable operation of the chip over an extended time duration ranging from weeks to months. The program will quantify the number, type and distribution of ion channel sensing elements necessary to achieve ROC (Receiver Operating Characteristics) parameters such as Probability of Detection (> 99%), Probability of False Alarms (<1/1000) and Dynamic Range in Concentration (> 106). The demonstration studies will also evaluate the ability of the platform to distinguish signal from clutter and the ability to quickly classify an unknown analyte with appropriate confidence limits. PROGRAM SCOPE AND FUNDING. The Defense Advanced Research Projects Agency (DARPA) is requesting only full proposals for this program. This Broad Agency Announcement (BAA) constitutes the entire solicitation for this effort. No Proposer Information Pamphlet or other additional information will be published, nor will a formal request for proposal, or other solicitation, regarding this research and development be issued. Requests for same will be disregarded. The amount of resources made available to this BAA will depend on the quality of the proposals received and the availability of funds. While there is no specific requirement for cost and duration of the proposed effort, it is recommended that proposers include a program plan of no more than 24 months in duration that addresses the most critical issues on the path to success. Tasks beyond this duration and scope may be proposed as options. OTHER RELEVANT INFORMATION FOR PROPOSAL SUBMISSION. Teaming and Team Composition. The potential for successful outcome in this program will depend on the formation of well-managed interdisciplinary teams that are focused on component integration and demonstration of an array platform. It is anticipated that the successful team will have expertise in areas such as molecular biology, bio-chemistry, electrical engineering, circuit design, microelectronics, signal processing, microfluidics, and micro/nano-fabrication. In addition, it is expected that a strong modeling component will be included wherever necessary. Regardless of the interdisciplinary composition of the team, its members will need to be sharply and collectively focused on achieving the program objectives under the leadership of a platform integrator. Technology Transition. Proposers are strongly encouraged to engage commercial and military end-users and commercial manufacturers from the program inception. The engagement of these communities also helps ensure that the various technologies being developed will be commercially viable (cost effective, manufacturability, etc.) and available to the military. Thus, proposals are strongly encouraged to include/involve the user-community that intends to bring the technology to practice as a result of this research. This relationship encourages the participation of researchers, end-users and manufacturers as collective contributors to the technology definition, implementation, and performance evaluation. Proprietary Information. All proprietary information should be clearly marked. It is the policy of DARPA to treat all proposals as competitive information and to disclose their contents only for the purpose of evaluation. Standard proprietary disclaimers notwithstanding, proposals may be reviewed by non-Government technical experts who have signed a non-disclosure agreement with DARPA, unless the specific phrase ?TO BE REVIEWED BY GOVERNMENT EMPLOYEES ONLY? appears on the cover sheet. In any case, personnel under exclusive contract with DARPA who have completed the appropriate nondisclosure agreements will handle the proposals for administrative purposes. The proposal should describe clearly the individual and joint intellectual property rights/ownership to the technologies developed in the program, and agreements to that effect among the members of the team. Security. Proposals may contain classified information or data (up to the level of Top Secret/SCI). Offerors that intend to include classified information or data in their proposals above Department of Defense (DoD) SECRET should contact DARPA security at the address identified in this BAA (or alternatively, the point-of-contact for this BAA) for guidance and direction in advance of proposal preparation. DO NOT SEND CLASSIFIED FULL PROPOSALS BY EMAIL OR VIA ONLINE SUBMISSION SYSTEMS. Offerors must have existing approved capabilities (personnel and facilities) to perform research and development at the classification level they propose. PROPOSAL SUBMISSION AND DEADLINES. Proposals may be submitted and received at any time until the final proposal deadline of 4 PM ET March 4, 2005. Proposals will be evaluated against the criteria set forth in this solicitation, and an offeror will be notified either that: 1) the proposal has been selected for funding, or 2) the proposal has not been selected for funding. Proposers may elect to have their proposal withdrawn from consideration at any time during the evaluation process. If a formal request is not made, DARPA will assume that continued evaluation is desired. One copy only of proposals that are not selected for funding will be retained for administrative purposes. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. The Government also reserves the right to fund proposals in phases with options for continued work at the end of one or more of the phases. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, or "Other Transaction," depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. The offeror must submit a separate list of all technical data or computer software that will be furnished to the Government with other than unlimited rights (see DFARS Part 227). FORMAT AND CONTENT OF FULL PROPOSAL. The descriptions contained in this section are to help proposers ensure that proposals have sufficiently detailed information to be evaluated. Proposals not conforming to the instructions of this section may not be evaluated at the discretion of the Government. Full proposals shall consist of two volumes, technical and cost. A website http://www.sainc.com/dso0516 has been established to facilitate the submission of full proposals electronically. This site will allow the filling in of contact information and the uploading of a full proposal created with the requirements listed below and the uploading of a document in either Word or PDF format. Note: if the website is not used, please use the U.S. mail system or the BAA e-mail account. If submitting via e-mail, the body of the e-mail AND the attachment must include name, mailing address, phone number, and fax of the proposer. If this information is not contained in the body, the e-mail will be returned for inclusion of that information. If offerors choose to submit by U.S. Mail, they should submit one (1) original and three (3) copies of the full proposal to the address shown below. Proposals will not be accepted by way of facsimile transmissions. Volume 1: Technical. The technical volume is limited to a maximum of 30 pages including all figures, references, tables, charts, cover sheet, and appendices and consists of the following sections: a) Executive Summary (two pages or less); b) Technical section that clearly describes how the proposal addresses the technical requirements of the program and a concise statement of the technical challenges, approach, and potential anticipated solutions to the challenges that will be addressed. In addition, the proposal should also describe the innovation of the work to be accomplished, specific metrics for the effort, the risks to achieving those metrics and approaches for mitigation of those risks. A specific set of quantitative milestones for a 24 month program should be clearly delineated. Supporting rationale for performance enhancements should be included. The perceived need for this research and the potential impact on the DoD should be described, and a Statement of Work (SOW) that summarizes critical tasks to be accomplished should be presented; c) Summary of relevant prior work; d) Brief description of applicable facilities and equipment; e) A brief description of the technical expertise of the principal investigator or platform integrator and the key team members should be provided. The level of effort and specific roles and qualifications of key individuals should be included. If the team is large (greater than 3 separate entities) a management plan for coordination of the effort should also be included. The management plan should describe how the different disciplines represented on the team would be integrated to generate a capability demonstration within 24 months; f) Current and pending support, (award title, amount, period of performance, degree of overlap with this proposal.); g) A description of the individual and joint intellectual property rights/ownership to the technologies developed in the program, and agreements to that effect between the members of the team; and h) Please put the phrase ENGINEERED BIO-MOLECULAR NANO-DEVICES/SYSTEMS in the title of the proposal. To facilitate the submission process, a website has been established, http://www.sainc.com/dso0516/. Proposers are cautioned not to submit supporting material (articles, CD?s.) as these will not be accepted and will not be used in evaluation of the proposal. Volume 2: Cost. The cost volume shall contain the following: A. Cover sheet to include: (1) BAA number; (2) Technical area; (3) Lead Organization Submitting proposal; (4) Type of business, selected among the following categories: "LARGE BUSINESS," "SMALL DISADVANTAGED BUSINESS," "WOMAN OWNED BUSINESS," "SERVICE DISABLED VETERAN OWNED," "OTHER SMALL BUSINESS," "HBCU," "MI," "OTHER EDUCATIONAL,? or "OTHER NONPROFIT"; (5) Contractor?s reference number (if any); (6) Other team members (if applicable) and type of business for each; (7) Proposal title; (8) Technical point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available); (9) Administrative point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), and electronic mail (if available); (10) Award instrument requested: cost-plus-fixed-fee (CPFF); cost-contract--no fee; cost sharing contract--no fee; or other type of procurement contract (specify), grant, cooperative agreement, or other transaction; (11) Place(s) and period(s) of performance; (12) Total proposed cost separated by basic award and option(s) (if any); (13) Name, address, and telephone number of the offeror?s cognizant Defense Contract Management Agency (DCMA) administration office (if known); (14) Name, address, and telephone number of the offeror?s cognizant Defense Contract Audit Agency (DCAA) audit office (if known); (15) Date proposal was prepared, (16) DUNS, TIN, CAGE CODE; and (17) All subcontractors proposal backup documentation to include items 1-16 above, as applicable and available. B. Detailed cost breakdown to include: (1) total program cost broken down by major cost items (direct labor, subcontracts, materials, travel, other direct costs, overhead charges, etc), and (2) an itemization of major subcontracts (labor, travel, materials and other direct costs) and equipment purchases. Where the effort consists of multiple portions that could reasonably be partitioned for purposes of funding, these should be identified as options with separate cost estimates for each. C. Supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in B. above. Include a description of the method used to estimate costs and supporting documentation. Note: ?cost or pricing data? as defined in the Federal Acquisition Regulation (FAR) Subpart 2.101 shall be required if the offeror?s proposal is for a procurement contract award of $550,000 or greater unless the offeror requests an exception from the requirement to submit cost or pricing data. ?Cost or pricing data? are not required if the offeror proposes an award instrument other than a procurement contract (e.g., a grant, cooperative agreement, or other transaction). The requirements for submission of ?cost or pricing data? are specified in FAR Subpart 15.403-4 (see http://www.arnet.gov/far). EVALUATION CRITERIA. The following evaluation criteria are listed in order of decreasing importance. Proposals that are considered less than satisfactory in Scientific and Technical Merit will not be evaluated further. Scientific and Technical Merit of the Proposal. Proposers must demonstrate that their proposal is innovative and unique, that the technical approach is sound, that they have an understanding of critical technical issues and risk and that they have a plan for mitigation of those risks. All milestones must be clearly and quantitatively described. Value to Defense. Proposers must demonstrate the potential of successful research to radically change military capability or improve national security with a clear statement of the goals of their program and a quantitative comparison with existing technology. Capability of the Personnel and Facilities to Perform the Proposed Effort. Proposers must demonstrate that their team has the necessary background and experience to perform this project. The balance of the technical capabilities of the team must match that required in the program plan. The relevant experience of key personnel must be sufficient to provide confidence that the proposers can accomplish their objectives. Proposers must demonstrate that the combined facilities of the team are sufficient to accomplish the objectives of the proposal. Cost Realism. Costs of the proposal must be reasonable and provide a high value to the Government. ADMINISTRATION. Address for Full Proposal Submission (Except Classified Proposals): DARPA/DSO, ATTN: BAA05-16, 3701 North Fairfax Drive, Arlington, VA 22203-1714. Web address for Full Proposal Submission: http://www.sainc.com/dso0516/ . Guidance for Classified Information and Data. The Government anticipates that proposals submitted under a BAA will be unclassified. In the event that a proposer chooses to submit a classified proposal, the following information is applicable. After reviewing the incoming proposals, if a determination is made that the award instrument may result in access to classified information, a DD Form 254 will be issued and attached as part of the award. Proposers choosing to submit a classified proposal must first receive permission from the Original Classification Authority to use their information in applying to this BAA. An applicable classification guide should be submitted to ensure that the proposal is protected appropriately. All Other Correspondence: Fax: (571) 218-4553 (Addressed to: DARPA/DSO, BAA05-16), Electronic Mail: BAA05-16@darpa.mil. This announcement may be retrieved via the WWW at URL http://www.darpa.mil/baa/.
 
Record
SN00736370-W 20050120/050118212033 (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.