Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
MODIFICATION

A -- Advanced Chemical Reactor Systems

Notice Date
4/5/2005
 
Notice Type
Modification
 
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-Reference-Number-TYN-BAA-05-002
 
Response Due
9/30/2005
 
Archive Date
9/30/2005
 
Point of Contact
Wanda Cutchin, Contract Specialist, Phone (850)283-8630, Fax (850)283-8941, - Ginny Garner, Contracting Officer , Phone 850 283-2974, Fax 850 283-8491,
 
E-Mail Address
wanda.cutchin@tyndall.af.mil, ginny.garner@tyndall.af.mil
 
Description
Advanced Chemical Reactor Systems Direct technical inquiries to: James A. Hurley, AFRL/MLQ, (850) 283-6243. Proposals with an estimated value in excess of $1,000,000 or those that will potentially result in the award of grant or cooperative agreement shall be mailed to POC: Ms Kim Jones, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810. Proposals with an estimated value less than $1,000,000 shall be mailed to POC: Ms Wanda Cutchin, 325/CONS 501 Illinois Ave, Suite 5 Tyndall AFB, FL 32403-5323. 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 September 2005. There will be no formal request for proposals or other solicitations regarding this announcement. TABLE OF CONTENTS: Abstract Part I - Research Interests A. Introduction B. Mission Part II - Proposal Preparation Part III - Proposal Evaluation ABSTRACT: The Airbase Technology Division of the Air Force Research Laboratory, Tyndall AFB FL is interested in receiving research proposals in the areas of advanced technologies that develop chemical reactor systems. These reactor systems are intended to (1) produce, or deliver, weapon system specific chemicals in combat quantities, under deployed force conditions, (2) convert waste chemicals and materials from combat weapon system maintenance and sustainment operations to benign compounds, or (3) efficiently produce thermal, mechanical or electrical energy on demand using new high-energy chemistry and reactor systems. In addition, reactor systems are desired that (1) utilize compact unit operations (2) are compatible with force deployment constraints, (3) recover waste energy for redistribution, and/or (4) recover water for reuse. Systems developed under this effort must be capable of being easily integrated with existing deployed base utility systems and concepts while anticipating the requirements of the AF Expeditionary Aerospace Force doctrine for the future. Proposals should describe scientific study, experimentation, and process engineering to increase knowledge and understanding in these areas. This Broad Agency Announcement consists of three parts: PART I - Research Interests PART II - Proposal Preparation PART III - Proposal Evaluation 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 specified in FAR 31.205-18. Companies responding to this announcement are cautioned that only a Contracting Officer may obligate the Government to any agreement involving expenditure of Government funds. This Broad Agency Announcement (BAA) constitutes a solicitation for proposals under the provisions of PL 98-369, the Competition in Contracting Act of 1984. Multiple awards are anticipated. The BAA describes research requirements and methods for preparing and submitting proposals. PART I RESEARCH INTERESTS A. INTRODUCTION This is a Broad Agency Announcement (BAA) of the Air Force Research Laboratory, Airbase Technology Division (AFRL/MLQ) under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation, which provides for the competitive selection of research proposals. Proposals submitted in response to the BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984 For purposes of this announcement, research is defined to be scientific study, experimentation, and process engineering directed at increasing knowledge and understanding in relation to long term national security needs. It is an enhancement to related exploratory and advanced development programs. AFRL/MLQ contracts with educational institutions, non-profit organizations, and private industry for research in Deployed Base Infrastructure, and Force Protection. This BAA is intended to cover technology associated with the sustainment and logistics support of advanced weapons. Persons contemplating submission of a proposal to AFRL/MLQ should not only carefully examine this BAA, but are also strongly encouraged to contact the AFRL/MLQ technical person identified in this publication to ascertain the extent of interest which AFRL/MLQ may have in a specific research project. Prior to submitting a formal proposal, offerors are to submit white paper on their proposed research topic not to exceed three (3) pages in length. Submit white papers to the following address: Air Force Research Laboratory Contracting Division, AFRL/MNK, Attn. Ms Kim Jones, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest under this BAA. Those offerors submitting white papers found to be consistent with the intent of this BAA will be invited to submit a proposal. Such invitation does not assure that the submitting organization will be awarded a subsequent contract or assistance instruments (grant, cooperative agreement, or other transaction). Proposals submitted may be evaluated as they are received. Invited proposals may be submitted at any time during the period the BAA is open. A contract or assistance instrument could be awarded as a result of this BAA, as appropriate. We expect most awards with universities and non-profit organizations to be grants. Note that there is no inherent funding associated with this BAA, and any contract/assistance instrument will depend on availability of funds from other sources. While no parts of this requirement lend themselves to being severed for set-aside to Small Businesses, Small Disadvantaged Businesses (SDBs), 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. The division goal is to award thirty percent (30%) of the contracts to Small Businesses, ten percent (10%) of the contracts to Small Disadvantaged Businesses and Woman-Owned Small Businesses (WOSB), ten percent (10%) of the contracts to Historically Black Colleges and Universities or Minority Institutions, over the life of this BAA. For the purpose of this BAA, the size standard is 500 employees (NAICS 541710). In the event sufficient acceptable proposals are not received to fulfill these goals, awards will be made to those proposals received, which are acceptable regardless of source. B. MISSION The mission of the Airbase Technology Division is to conduct research and engineering development that results in the demonstration of high-risk, high-payoff technology needed to meet the current and future requirements. Long-term technology development is needed to produce lighter, more rapid bare-base deployment; a more secure and protected force structure; and rapid, effective deployment of advanced Air Force weapon systems. Technological advances in these key areas will ensure sustained global superiority of the Air Force for the foreseeable future through improved Air Force and Joint Operations readiness, rapid exploitation and utilization of the space mission, the successful deployment of advanced, complex weapons, and more effective peace-time training. PART II PROPOSAL PREPARATION A. Each proposal submitted should consist of two volumes. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. Volume 1 should be limited to a total of 25 double-spaced pages, including resumes, charts, figures, tables, etc. Pages in excess of the specified 25 double-spaced pages will be removed and returned to the offeror before evaluation starts. A page is defined to be one side of an 8.5 x 11-inch piece of paper with information on it. Minimum print size is 10-point type, or 12 pitch. Every proposal shall have at least one copy submitted on disk or via e-mail with a hard copy of the signature page sent via regular mail. Proposals submitted on disk or sent via e-mail are to be submitted on Microsoft Office format. Note: The preferred format for all proposals is via electronic means, whether on disc or via e-mail. The Government intends to work proposals and awards through electronic means. To do business with the Air Force Research Laboratory/Airbase Technology Division (AFRL/MLQ), you must have software packages that are compatible with Microsoft Office 2000. B. The technical portion of the proposal, Volume 1, should contain the following: 1. A title and abstract that includes a concise Statement of Work and basic approaches to be utilized. The Statement of Work should indicate the effort intended for each period of research. 2. A reasonably complete discussion stating the background and objectives of the proposed work, the approaches to be considered, and the resources to be employed. Include also the nature and extent of the anticipated results, and, if known, the manner in which the work will contribute to the accomplishment of the agency?s mission. This proposal should offer scientific advancement in the state-of-the-art. 3. The names, brief biographical information, and a list of recent publications of the offeror?s principal investigator and key personnel who will be involved in the research. Documentation of previous work or experience of the proposer in the field is especially important. 4. The type of support, if any, the offeror requests of the Airbase Technology Division, e.g. facilities, equipment, and materials. 5. The names of federal, state, local agencies or other parties receiving the proposals and/or funding the proposed effort of a similar nature. If none, so state. 6. The identity of facilities, specialized equipment, or other real property to be used for the work, if appropriate for an understanding of the technical work to be conducted. 7. Identify privately developed items, components, processes or computer software entailed in the proposed approach, if any. 8. Identify all on-going Government contracts and related past contracts or assistance instruments. Provide a technical point of contact and telephone number for each contract cited. 9. Deliverable Items: (a) Integrated Master Schedule (IMS), DI-MISC-81183A, (b) Contractor 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). 10. Any equipment or hardware developed under this BAA shall be delivered to Tyndall AFB, FL or a destination as directed by the Government. 11. The contractor shall be required to present a final formal briefing at the end of the effort to be held at Tyndall AFB, FL. C. The cost portion of the proposal, Volume 2, should contain the following cost or pricing data IAW Far 15.403-5, located at http://www.arnet.gov/far/: 1. Proposal Pricing Cover Sheet for total proposal. 2. Summary by cost element and profit for each contract line and sub-line item and for the total proposal. 3. Labor summary for total proposal by categories, rates, and hours. Include an explanation of how labor rates are computed, including base rates and escalation. Show which are level of effort, if applicable. For proposals from universities, the times and amounts to be charged should be identified by academic year and summer effort. 4. Identification of indirect rates by fiscal year and explanation of how established and base to which they apply. 5. Bill of materials detailing items by type, quantity, and unit price, total amount, and source of estimate. Provide vendor quotes. 6. Summary of all travel by destination, purpose, number of people and days, airfare, per diem, car rental, etc. 7. Consultants by name, rate, and number of days or hours. Furnish copy of consulting agreement, and identify prior agreements under which the consultant received the proposed rate. 8. Other direct costs by type, amount, cost per unit and purpose. Specifically identify any costs for printing and publication and computers. 9. Subcontractor?s proposal with prime offeror?s price/cost analysis of subcontractor?s proposal. If subcontractor was not competed, include justification. 10. Forecast of monthly dollar commitments for the proposed contract period. 11. Type of contract or assistance instrument proposed. Preferred type of contract is Cost-Plus-Fixed-Fee (We expect most awards to universities and non-profit organizations to be grants). 12. State whether you are a large business, small business, small disadvantaged business, woman-owned small business, HUBZONE small business, Veteran-owned small business, nonprofit, educational, or historically black college or university. 13. Other terms and conditions, if any. D. Grants, cooperative agreements, and other transactions are encouraged. Information regarding these can be found in the AFMC Homepage - site: http://www.afmc-pub.wpafb.af.mil/HQ-AFMC/PK/pkt/index.htm. The cost proposal should follow items one (1) through thirteen (13), above, as applicable for assistance instruments. E. Award of a grant to universities or nonprofit institutions, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F. Options are discouraged and unpriced options will not be considered for award. G. 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 specified in FAR 31.205-18. H. Refer to the ?Proprietary Information? and ?When and How to Submit? sections of Air Force Material Command Unsolicited Proposal Guide, AFMC Pamphlet 64-101. The AFMC Form 190 is not applicable to BAAs. The guide is available at the following AFMC Publications site: http://www.afmc-pub.wpafb.af.mil/HQ-AFMC/PK/pkp/pkpa/unsolpub.htm. I. Proposals with an estimated value in excess of $1,000,000 or those that will potentially result in the award of grant or cooperative agreement shall be mailed to PCO: Ms Kim Jones, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810, marked for TYN-BAA-05-002. Proposals with an estimated value less than $1,000,000 shall be mailed to PCO Ms Wanda Cutchin, 501 Illinois Ave, Tyndall AFB, FL 32403 marked for TYN-BAA-05-002. Proposers are warned that only contracting officers are legally authorized to obligate the government. J. A National Agency Check will be required if it is necessary for a Contractor to use Government computers. K. Security Requirements: Analysis capability, to include personnel and computer facilities cleared to the 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. L. 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. PART III PROPOSAL EVALUATION A. Proposals submitted in response to this BAA will be evaluated as received using the factors given below. The factors are listed in descending order of importance. No further evaluation criteria will be used in selecting the proposals. 1. The overall scientific and/or technical merits of the proposal, the potential contributions of the effort to the AFRL/MLQ mission and the extent to which the research effort will contribute to balancing this Division?s overall research program. 2. The offeror?s capabilities, related experience (to include past and present performance), facilities, techniques, or unique combinations of these, which are integral factors for achieving the proposal objectives. 3. The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. 4. The reasonableness and realism of proposed costs and fees if any, the proposed cost share by the offeror if any, and the availability of funds. B. Upon receipt of a proposal, the AFRL/MLQ technical staff will perform an initial review of its scientific merit and potential contribution to the Air Force mission and also determine if funds are expected to be available for the effort. Proposals not considered having sufficient scientific merit or relevance to Air Force needs, or those in areas for which funds are not expected to be available, may be declined without further review. C. It is the policy of AFRL/MLQ to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. Proposals not declined as a result of initial review will be subject to an extensive evaluation within the Government. The offeror must indicate on the appropriate form any limitation to be placed on disclosure of information contained in the proposal. D. Each proposal will be evaluated based on the merit and relevance of the specific research proposed as it relates to the overall AFRL/MLQ program, rather than against other proposals for research in the same general area. Proposals with an estimated value in excess of $1,000,000 or those that will potentially result in the award of grant or cooperative agreement shall be mailed to POC: Ms Kim Jones, 101 West Eglin Blvd, Suite 337, Eglin AFB, FL 32542-6810. Proposals with an estimated value less than $1,000,000 shall be mailed to POC: Ms Wanda Cutchin, 325/CONS 501 Illinois Ave, Suite 5 Tyndall AFB, FL 32403-5323.
 
Place of Performance
Address: See Description
 
Record
SN00782010-W 20050407/050405212034 (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.