Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

A -- Reversible Barriers (ReBar)

Notice Date
7/15/2005
 
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
BAA05-38
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
The Reversible Barriers (ReBar) program is soliciting proposals due 14 September 2005 for initial selections. Point of Contact (POC): Tom McCreery, Program Manager, Defense Advanced Research Projects Agency (DARPA) Special Projects Office (SPO), 3701 North Fairfax Drive, Arlington, Virginia 22203-1714; e-mail: BAA05-38@darpa.mil (e-mail contact preferred). OBJECTIVE: Military operations on the ground include both direct combat and other dangerous and labor-intensive activities such as searching buildings for weapons or personnel, hostage rescue, ground intelligence, surveillance, and reconnaissance (ISR), and more. These kinds of activities are especially prevalent in military operations in urban terrain (MOUT) and counter-insurgency, and are very manpower-intensive. For example, US Army doctrine states that for a large two-story building, 60 soldiers are required to safely clear the building. Many of these troops are ?leave behinds? who guard doorways and hallway intersections. Outdoors, US and allied forces must block and secure roads, conduct hostage rescue missions, and execute other dangerous and manpower- and materiel-intensive operations. The ability to quickly and easily prevent or restrict access to both building and outside areas would be tremendously advantageous to US forces, especially if this could be done in a rapidly reversible manner. The goal of the Reversible Barrier (ReBar) program is to develop barriers that can be rapidly emplaced and reversed to allow fluid US force movement. This new generation of barrier technology should have a set of features including (a) light-weight and portable; (b) very strong and resistant to various types of attack; (c) quick and easy to install; and (d) rapidly reversible only for U.S. and allied personnel. Both indoor and outdoor barriers must be applicable to a range of sizes (e.g., inside: doorways, windows, and hallways; outside: bridges, urban roads, and alleys); however the technologies for inside and outside barriers do not necessarily have to be the same. Finally, the reversible barrier technology developed through ReBar must be safe for troops to use and must not pose unacceptable environmental hazards. To achieve the extraordinary level of compactness and portability, it is apparent from first principles that the ReBar system will need to be, at least in part if not entirely, chemically based. The goal of the Indoor Site Access Denial (ISAD) portion of the ReBar program is to develop barriers that (a) use no more than 5kg of material per barrier; (b) are compact enough so that a minimum of two barrier systems could be carried in a standard issue rucksack; (c) can stand up against forces equivalent to attack by a fully equipped infantryman for one hour; (d) can resist commonly available chemicals and fire; (e) can be installed to completely block a standard sized interior doorway (34? x 81?) in under 30 seconds including securely attaching the barrier to the doorway; and (f) can be reversed in less than one minute. The goal of the Outdoor Site Access Denial (OSAD) portion of the ReBar program is to develop barriers that (a) use no more than 30 kg of material per barrier; (b) can fit in the space of one Mk19 40mm grenade ammunition case; (c) can stand up to one hour of an attack by a group of fully equipped infantrymen, battering ram, or attack with a light pickup truck such as a ? ton Toyota; (d) resist attack with commonly available chemicals and fire; (e) can be installed to block a two-lane bridge in under five minutes including secure attachment to the bridge surface, and (f) are reversible in less than five minutes. PROPOSAL SUBMISSION: Proposers must obtain the BAA05-38 Proposer?s Information Pamphlet (PIP) which provides further technical and administrative detail for this BAA including the technologies of interest, evaluation criteria, funding processes, and format of proposals. Proposals not meeting the specified format described in the PIP may not be considered for award. The PIP is not classified and may be obtained from the FedBizOpps website at www.fedbizopps.gov. A table of important dates and milestones is provided in the PIP. These include a Pre-proposal Conference to be held 17 August 2005 in San Antonio, TX at the Southwest Research Institute. This announcement, the PIP, and Unclassified material from the Pre-proposal Conference will be available on the ReBar Website, http://rebar.swri.org. To be considered for funding during the initial round of selections, proposals must be received no later than 1600EST, 14 September 2005. Proposals should be mailed to DARPA, 3701 N. Fairfax Drive, Arlington, VA 22203 Attn: Mr. Tom McCreery/BAA05-38/Document Control. Questions regarding this BAA or comments on the PIP may be e-mailed directly to BAA05-38@darpa.mil. It is anticipated that contracts will be awarded on or about November 2005. The Government will not be liable for the cost of proposal preparation and submission. Proposals must be submitted in accordance with this announcement and the PIP. There will be no other solicitation issued in regard to this requirement. Proposers should be alert for any BAA amendments that may be published on the FedBizOpps website. ORGANIZATIONAL CONFLICT OF INTEREST: Each cost proposal shall contain a section satisfying the following requirements: awards made under this BAA are subject to the provisions of the FAR, subpart 9.5, Organizational Conflict of Interest. All Proposers and proposed subcontractors must affirmatively state whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the Proposer supports and identify the prime contract number(s). Affirmations shall be furnished at the time of proposal submission and the existence or potential existence of organization conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the Proposer has taken, or proposes to take, to avoid, neutralize, or mitigate such conflict. If the Proposer believes that no such conflict exists, then it shall so state in the section. It is the policy of DARPA to treat all proposals as competitive information and to disclose the contents only for the purposes of evaluation. The Government intends to use non-Government personnel as special resources to assist with the logistics of administering the proposal evaluation and providing selected technical assistance related to proposal evaluation. These support personnel are restricted by their contracts from disclosing proposal information for any purpose and are required to sign Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each Proposer agrees that proposal information may be disclosed to those selected contractors for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material.
 
Record
SN00848688-W 20050717/050715212815 (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.