Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

A -- Broad Agency Announcement for New and Innovative Ideas for Space Science and Technology

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-05-0011
 
Response Due
12/21/2006
 
Archive Date
2/19/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Broad Agency Annoucement (BAA) W9113M-05-0011. This annoucement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Copy of the BAA may be acce ssed at www.smdc.army.mil (Select: Business/Broad Agency Annoucements). 1. The U.S. Army Space and Missile Defense Command (USASMDC) Space Division, Technology Directorate, Huntsville, AL, announces interest in receiving research, development and technol ogy maturation proposals with technical and cost presentations. Proposals submitted should include new ideas for advanced and innovative concepts as well as prototype hardware and software for current and emerging space science and technology. The propos al categories below are based on the space operations mission areas: a. Space Force Enhancement: 1. C4ISR across multiple echelons, 2. Civil/commercial/foreign national space assets integration / interoperability, 3. All weather early warning, 4. Explo itation of space based imagery, 5. Kill Assessment, 6. POS/NAV systems, 7. Integration with other Battlefield Systems, and 8. Space to Future Force interoperability; b. Space Control: 1. Space situational awareness, 2. Software/system security, and 3. Information Operations Tools; c. Space Force Application: 1. Platforms, 2. Sensors (including multi spectral/hyper spectral), and 3. C4ISR ; d. Space Support: 1. Sensors, 2. Communications, 3. Micro-satellites, and 4. Mission configurable satellites. 2. Responses are requested from any responsible US organizations including those from private industry, academic institutions, research institutions and non-profit organizations. Foreign subcontract participation will be at the unclassified level. 3. All r esponsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by the SMDC Space Technology office. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these e ntities. 4. Contracts, grants, or assistance instruments may be awarded as a result of this BAA, as appropriate. Notice of the Broad Agency Announcement shall be posted to the Federal Business Opportunities (fedbizopps.gov) and Federal Grant Opportunities (fedgrants.gov) websites. 5. In order to streamline the proposal process and to assist offerors in determining whether to incur the cost of generating a formal BAA proposal, it is requested that offerors first submit a summary white paper for preliminary c onsideration. Summary white papers may be submitted at any time after issuance of this BAA through the expiration date of 21 December 2006. White papers will be considered as soon as they are received. Acknowledgment of receipt of white papers will not be made, and white papers will not be returned. All proprietary material should be clearly marked and will be held in the strictest confidence. The initial screening will minimize unnecessary effort and expense in proposal preparation and review. The SM DC Space Division, Technology Directorate, will ask only those offerors with promising white papers to submit full technical and cost proposals for formal evaluation. The SMDC Space Division will notify offerors within six (6) months of white paper receip t if a full proposal is requested. White papers not selected for full proposal submission will be disposed of in a manner that protects proprietary data. 6. Formal BAA proposals may be submitted without submission and review of a white paper. Offerors are encouraged to use the Summary White Paper process described above and may submit a formal proposal even if the government does not request it. Issuance of the BAA or any request for submission of a proposal does not obligate the Government to pay any proposal preparation costs. PART I - WHITE PAPER PREPARATION AND SUBMISSION 1.The summary white paper should, in summary, capture the proposed technical concept t ogether with its rationale and objectives, methodology, the expected results, operational implications, and its contribution to the USASMDC. Also, included should be a period of performance and anticipated cost. 2. The white paper shall be limited to thr ee (3) pages (8.5 in. x 11 in.), of English text with two (2) additional pages for technical drawings if necessary. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margin. 3. Any proprietary data that the offeror intends to be used only by the Government for evaluation purposes must be identified. The offeror must also identify any technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such ide ntification, the Government will assume to have unlimited rights to all technical data in the white paper. 4. The summary white paper may be submitted as a hard copy and/or in electronic format as an MS Word-compatible document sent by e-mail (preferred) to donna.smith@smdc.army.mil or by fax to Ms. Smith at Fax number (256) 955-4240 with voice confirmation at (256) 955-3985. Otherwise, submit the white paper to USASMDC, PO Box 1500, ATTN: SMDC-RDCM-AK (Donna Smith), Huntsville, AL 35807-3801. 5. Classi fied responses (up to Secret collateral) can be mailed or transmitted via SIRPNET email. If mailed, the response must be appropriately marked, sealed and mailed in accordance with classified material handling procedures. Classified mailing address is USA SMDC, PO Box 1500, ATTN: SMDC-RDCM-AK (Donna Smith), Huntsville, AL 35807-3801. If transmitted via SIPRNET email, send to donna.smith@smdc.army.smil.mil and use the document title as the subject. Only classified white papers/proposals should be submitt ed via SIPRNET,and shall be appropriately marked with agency address, classification authority/declassification instructions, document date and distribution statement, transmitted in MS Word-compatible electronic file format and must include all informatio n requested in this BAA. Notify Ms. Smith via NIPRNET, donna.smith@smdc.army.mil, that you have sent a classified white paper/proposal on the SIPRNET. Classification does not in any way eliminate the offeror's requirements to comply with all instructions in this BAA. PART II - PROPOSAL PREPARATION AND SUBMISSION Proposals shall consist of two volumes. Volume I, Technical and Management Proposal, and Volume II, Cost Proposal. Proposals shall include the basic effort and options (if applicable). 1. Volume I, Technical and Management Proposal, Sections I (Technical) and II (Management) shall not exceed 50 pages. (A page is defined as being single-sided, no larger than 8.5 in. x 11 in., 1-inch margins, with fonts no smaller than 12 point. Accordion-style fo ldouts will be counted as multiple pages equivalent to the expanded size.) The page limitation for proposals includes all figures, tables (except the table of contents), and charts. All pages that exceed the maximum page limit specified may be removed an d not be reviewed or considered in evaluation. Volume I shall include: (a) Cover Sheet to include (1) BAA number, (2) Lead Organization Submitting proposal, (3) Type of business, selected among the following categories: Large Business, Small Disadvantaged Business, Other Small Business, HBCU, MI, Other Educational, or Other Nonprofit, (4) Contractor's reference number (if any), (5) Proposal Title, (6) Technical point of contract to include: salutation, last name, first name, street address, city, state, zi p code, telephone, fax (if available), and electronic mail address (if available), (7) Administrative point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), and electronic mail address (if available), (8) Date proposal was prepared, and (9) Classification; (b) The first page of the proposal must be an executive summary of the proposed technical and management approaches; (c) The proposal shall include full discussion of the scope, nature, objectives of the proposed research effort, rationale for the technical approach and methodology, expected results and any state-of-the-art technol ogy advancements. The proposal should discuss the potential contribution of the proposed research to the USASMDC. The offeror should provide the necessary scheduling and planning documentation that fully describes the proposed program, which should inclu de the offeror's approach for controlling expenditures and labor hours. Include in the proposal a summary description of management planning and control systems, product assurance and identification of patent rights, limited rights in technical data or re stricted rights in computer software, if any. The proposal should discuss the offeror's capabilities and qualifications including discussion of key personnel, relevant offeror experience and adequacy of offeror's facilities and instrumentation. U.S. offe rors who meet the security requirement of the USASMDC Simulation Center may request government furnished computer time, not to exceed 30 System Resources Unit hours per contract. Proposal shall request computer time and amount if it is required. Also, if required, identify facility and facility test time. 2. Volume I, Section III (Other Documents). The following may/shall be provided with no page limitation. a. The offeror may include an attached bibliography of relevant technical papers or research no tes (published and unpublished) that document the technical ideas and approach upon which the proposal is based. Copies of not more than three (3) relevant papers may be included with the submission. The three relevant papers may be in .pdf format. b. T he offeror shall provide a separate Statement of Work (SOW), bearing no proprietary markings, suitable for contractual incorporation. If options are proposed, the SOW must clearly differentiate between the basic and options. To aid in insertion of the SOW in the contractual instrument, request the following guidelines be followed in formatting any electronic file provided: All style should be saved in Normal, All auto numbering and bullets must be removed, All text should be saved in Times New Roman 10pt f ont, Bolding and underlining is not recommended, All graphics must be removed. All files inserted from other applications into the MS Word file should be removed. c. The submission of other supporting materials along with the proposal is strongly discourag ed and will not be considered for review. 3. The cost proposal is excluded from page limitations. Both the basic and any options shall include separate cost/schedule information. The cost proposal shall include: a. Cover sheet(s) to include: (1) Name a nd address of offeror (include zip code); (2) Name, title, telephone number, and e-mail address of offeror's point of contact; (3) Place(s) and period(s) of performance; (4) Name, mailing address, telephone number and point of contact of the offeror's cog nizant government administration office (i.e., Defense Contract Management Agency (DCMA)) (if known); (5) Name, mailing address, telephone number and Point of Contact of the offeror's cognizant audit office (i.e., DCAA/HHR)(if known); (6) Contractor and Go vernment Entity (CAGE) Code; (7) Dun and Bradstreet (DUN) number; (8) Taxpayer Identification Number (TIN); (9) Whether you will require the use of Government property in the performance of the contract, and, if so, what property. b. Detailed cost breakdow n to include: (1) Total program cost broken down by year for Base and Options; further broken down by major cost items (direct labor, subcontracts, materials, t ravel, other direct costs, overhead charges, etc.); (2) An itemization of major subcontracts (labor, travel, materials, and other direct costs) and equipment purchases; (3) The contractor shall submit, or cause to be submitted by the subcontractor directly to the Government, copies of proposals for subcontracts that are the lower of either (a) $10,000,000 or more; or (b) both more than $550,000 and more than 10 percent of the prime contractor's proposed price, unless the subcontract is the result of adequat e price competition or commercial items. Subcontract should include cover sheet information detailed above. 4. (Applicable to large businesses only:) In accordance with FAR 19.702(a)(1), if the total amount of the proposal exceeds $500,000, a subcontract ing plan, and subcontracting goals, for small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns is required to be submitted wi th your proposal. It is the policy of the Government to enable small business and small disadvantaged business concerns to be considered fairly as subcontractors to contractors performing work or rendering services as prime contractors or subcontractors u nder Government contracts, and to assure that prime contractors and subcontractors carry out this policy. The plan format is outlined in FAR 19.704. 5. All proposals should clearly indicate limitations on the disclosure of their contents. Any proprietary data which the offeror intends to be used by USASMDC only for evaluation purposes must be specifically identified in the proposal and marked in accordance with FAR 52.215-1(e). Distribution statements on technical documents must be compliant with USASMDC Policy 380-17, DoD Directive 5230.25, Withholding of Unclassified Technical Data From Public Disclosure, DoD Directive 5230.24, Distribution Statements on Technical Documents, DoD Pamphlet 5230.25-PH, Control of Unclassified Data With Military or Space App lication. Overall classification marking must be compliant with Executive Order 12958, as amended, Classified National Security Information, March 25,2003; and the Information Security Oversight Office (ISOO) Directive No. 1, issued and effective Septembe r 22,2003; effective within the Department of the Army, 18 May 2004. 6. Proposals shall be submitted as follows: a. Proposers must submit: one (1) original of the full proposal, three (3) copies of the full proposal; and one (1) electronic copy of the ful l proposal. Electronic Copies must be on a CD-ROM. Each disk must be clearly labeled with BAA number, proposer organization and proposal title (short title recommended). Electronic copies of the proposal must be in MS-Word-compatible application. Cost pr oposals. Spreadsheets should be submitted in an MS Excel-compatible format, with formulas included. Exceptions: the three relevant papers included in Volume I, Section III may be in .pdf format. No other items may be submitted in .pdf format. b. Proposal s shall be submitted to the point of contact identified in Part I.4 or I.5 above, or as otherwise directed in the Government request for proposals. c. No proposals will be returned. Copies of all proposals not selected for award will be destroyed. The o riginal of proposals not selected for award will be retained at SMDC for a period of six (6) months and then destroyed, if still not selected for award. d. This BAA constitutes the solicitation. This announcement will become effective upon publication a nd will remain open for one year from date of publication. 7. Classified responses (up to Secret collateral) can be mailed or transmitted via SIRPNET email. If mailed, the response must be appropriately marked, sealed and mailed in accordance with classi fied material handling procedures. Classified mailing address is USASMDC, PO Box 1500, ATTN: SMDC-RDCM-AK (Donna Smith), Huntsville, AL 35807-3801. If trans mitted via SIPRNET email, send to donna.smith@smdc.army.smil.mil and use the document title as the subject. All proposals submitted via SIPRNET shall be appropriately marked with agency address, classification authority/declassification instructions, docu ment date and distribution statement, transmitted in MS Word-compatible electronic file format and must include all information requested in this BAA. Notify Ms. Smith via NIPRNET, donna.smith@smdc.army.mil, that you have sent a classified white paper/prop osal on the SIPRNET. Classification does not in any way eliminate the offeror's requirements to comply with all instructions in this BAA. PART III - EVALUATION CRITERIA: Each proposal will be evaluated on the merit and relevance of the specific proposal as it relates to the program rather than against other proposals for research in the same general area, since no common work statement exists. Proposals will be evaluated quarterly. The following factors are to be considered in the evaluation of proposals received under this BAA. 1. General: The Government selection of the proposal(s) for award will be based on an assessment of which proposal(s) is/are the most advantageous to the Government considering technical and management relative merit in accordan ce with the evaluation criteria, cost, best value considerations, availability of funds, and program balance, using the areas and factors set forth below. 2. Evaluation Areas/Factors: a. Technical Area. The quality of the offeror's technical approach will be evaluated using the following factors: (1) Overall Scientific/Technical Quality - The offeror will be evaluated on the overall scientific/technical merits of the proposed research and development. The scientific/technical merits may include potential for state-of-the-art improvement, with special emphasis on innovation, originality, and uniqueness. (2) Personnel Qualifications - Capabilities and qualifications of the key research personnel relevant offeror experience and adequacy of facilities and inst rumentation as required. (3) Research and Development Contribution - Potential contribution of the proposed research to USASMDC in the above technology areas. b. Management Area. The quality of the offeror's proposed management approach will be evaluated using the following factors: (1) Overall Scheduling and Planning - The offeror's approach will be evaluated based on the overall scheduling and planning for performance of the effort. (2) Expenditure Control - The approach for controlling expenditures and labor hours. c. Cost Area: The cost area is comprised of two evaluation factors; cost realism and total evaluated probable cost. The cost realism and total evaluated probable cost to the government of the proposed work will be evaluated using the followin g: a. Cost Realism: The proposal will be evaluated to assess the likelihood that the technical and management approaches proposed could be accomplished at the cost proposed. Cost realism will be evaluated but not rated. b. Total Evaluated Probable Cost : The proposal will be evaluated to develop the government's estimate of the most probable cost to the government of successfully completing the contract using the technical and management approaches proposed. c. Relative importance of Evaluation Criteria : (1) Technical: The technical area is significantly more important than the management area. The factors under the technical area are of equal importance. (2) Management: The management area is significantly less important than the technical area. T he factors under the management area are of equal importance. (3) Cost: (a) The cost area is a substantial evaluation factor, however, it is less important than each of the technical and management areas. (b) Cost realism is a very important consideration in the evaluation of the technical and management areas. Poor cost realism may result in a lower evaluation of the technical and management areas. 3. Selectio n of proposal(s) for award will be based on an assessment of which proposal(s) is/are the most advantageous to the Government considering technical and management relative merit in accordance with the evaluation criteria, cost, best value considerations, a vailability of funds, and program balance. In some cases, the merits of a particular proposal in a technical discipline may lead to a decision with respect to funds availability relevant to USASMDC goals. PART V - OTHER INFORMATION 1. The Government antic ipates making multiple awards. Issuance of the BAA does not obligate the Government to pay any proposal preparation costs. Offerors will be notified of selection for award approximately 45-90 days after government receipt of the proposals. The Government reserves the right to select for award any, all, part, or none of the proposals received. Proposals not selected for immediate funding may be considered for a period of 6 months. 2. Cost Plus Fixed Fee completion and/or level of effort contracts are expe cted to be awarded. Contracts, grants, and other transaction awards will be considered. For planning purposes, awards are anticipated from $100,000 to $10M for the basic contract with a period of performance not to exceed 36 months. In addition to the b asic contract, up to four (4) options can be proposed which can be used for surge level of effort or to extend period of performance. However, the total contract value for the basic and options cannot exceed $45M and the total period of performance for th e basic and options cannot exceed 72 months. This includes time for preparation, approval, and distribution of final report. 3. Any necessary coordination of facility use will be performed by the offeror. 4. The number and types of reports will be speci fied in the award document. However, the following are the titles, data item description (DID) numbers, and frequency of data items anticipated to be delivered during contract performance: (1) STATUS REPORT, DI-MGMT-80368, Submission: Monthly/Quarterly; ( 2) FUNDS AND MAN-HOUR EXPENDITURE REPORT DI-FNCL-80331, Submission: monthly; (3) SCIENTIFIC AND TECHNICAL REPORTS SUMMARY DI-MISC-80048, Special Technical Report, Submission: As required by events; (4) OPERATIONAL SECURITY (OPSEC) PLAN, One-time DI-MISC- 80508A (if required); (5) SOFTWARE DEVELOPMENT PLAN DI-IPSC-81427A (if required); (6) SOFTWARE PRODUCT SPECIFICATION DI-IPSC-81441A (if required); (7) STATUS REPORT, FINAL REPORT DI-MISC-80048, Submission: One Time; and (8) STATUS REPORT, CONTRACT FUNDS DI-MGMT-81468, Submission: As Required. 5. Security Requirements: While non-classified work is relevant, research at SMDC often leads to military applications and development or use of data that can be classified. This is not always known ahead of time, and when it does the applicant must be prepared to deal with classified information. Possession of a SECRET facility clearance is recommended. 6. Increasingly, the U.S. Government relies on sophisticated technology in its defense systems for effectivenes s in combat. Technology is today's and will be tomorrow's force multiplier, and technology improves the warfighter's survivability. It is prudent and practical to protect technologies deemed so critical that their exploitation will diminish or neutralize a U.S. defense system's effectiveness. Offerors may be required to develop a Technology Protection Plan in order to protect critical research technology (CRT) or critical program information (CPI).
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00956284-W 20051223/051221212607 (fbodaily.com)
 
Source
FedBizOpps 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.