Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SOLICITATION NOTICE

A -- INNOVATIVE TACTICAL TECHNOLOGY

Notice Date
2/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
BAA05-22
 
Response Due
2/16/2006
 
Point of Contact
Dr. Robert Rosenfeld, Program Manager, DARPA Tactical Technology Office (TTO), Phone N/A, Fax N/A, - Algeria K. Tate, Contracting Officer, DARPA Contracts Management Office (CMO), Phone N/A, Fax (571) 218-4670,
 
E-Mail Address
rrosenfeld@darpa.mil, atate@darpa.mil
 
Description
PROGRAM DESCRIPTION AND GOALS: The Tactical Technology Office (TTO) of the Defense Advanced Research Projects Agency (DARPA) is soliciting proposals for advanced research and development of system and subsystem level technologies that when integrated into the tactical environment provide revolutionary improvements to the efficiency and effectiveness of the military. The DARPA/TTO program will consider a broad range of technologies but focuses on the development and demonstration of complete systems or subsystems rather than basic sciences. Proposed systems and subsystems need not be composed entirely of newly developed components, but may integrate new technology into existing systems and/or subsystems. AREAS OF INTEREST: DARPA is the central research and development organization for the Department of Defense (DoD). It manages and directs selected basic and applied research and development projects for DoD, and pursues research and technology where risk and payoff are both very high and where success may provide dramatic advances for traditional military roles and missions. DARPA/TTO focuses on technologies in the context of platforms and develops technologies that enable new system and platform functionality, such as autonomous and semiautonomous operations, controls, sensors, weapons, power, and propulsion. For specific examples of systems currently under development by TTO, see "Programs" at www.darpa.mil/tto/. Concepts for C3I, microfabrication, materials, or basic science may be of greater interest to one or more of the other DARPA Offices listed at www.darpa.mil. This BAA seeks new ideas, not necessarily extensions of the current programs. TTO priorities fall within four primary focus areas: 1) Space, including: a) small, low-cost, high-performance satellites, b) rapid, flexible, low-cost launch, and c) operations in space, including space control and situational awareness; 2) Unmanned Vehicles, including: a) low-altitude operation - mobility and speed among natural and manmade obstacles, b) deployment and operation by lower echelons, c) reduced logistical and human burden, d) weapons integration and release e) increased autonomy for enhanced manned/unmanned teaming, and f) infantry support robots; 3) Tactical Multipliers, including: a) new vehicle and weapon concepts for ground, air, and sea , b) force protection (defensive and counterfire) against conventional weapons and WMD, c) technologies enabling higher-performance platforms and weapons; d) non-lethal anti-personnel weapons; e) ultra-precise, near-instantaneous power projection; f) situational awareness; and 4) Urban Warfare and Low Intensity Operations, including: a) decisive conflict and stable peacekeeping with minimal US casualties, b) rapid neutralization of combatants with minimal effect on non-combatants, and c) flexibility to rapidly adjust and compensate for new tactics and responses to US force structure; d) boundless urban access with minimal disruption; e) rapid control, stabilization, and pacification during military operations. Other novel ideas that enhance military effectiveness and particularly that tilt the balance of asymmetric warfare in favor of the US will also be considered. PROGRAM SCOPE: The Government plans to make $8.0M of FY 2005 funds available to fund projects under this BAA, though more may be made available. Multiple awards are anticipated from FY 2005 funds. For Government programmatic flexibility, offerors should segment their cost proposals into an initial 12-month (or shorter) phase which explores and validates the technical feasibility of the concept, and one or more phases proposed as optional efforts leading toward technology development. The total effort including options should not exceed five years. TTO typically provides $200K to $1000K for the initial phase. Successful initial phases will have a greater likelihood of receiving funding for subsequent optional phases. This BAA solicits both white papers and proposals on proposed research. TTO will treat a white paper as an inquiry and will respond with a recommendation based on the likelihood of selection of a proposal. TTO will treat a proposal as an offer and will respond either by not selecting it for funding or selecting it for funding and negotiation by a Contracting Officer. White papers should be brief summaries; proposal should be more detailed and complete. The submission of a white paper is optional, but recommended. It introduces the idea, solicits interaction with TTO, and avoids the expense of generating proposals that have little likelihood of selection within this BAA. The white paper should clearly articulate the innovative concept or technology development being proposed. Regardless of the TTO recommendation based on its review of the white paper, an offeror may submit a proposal and that proposal will be reviewed and evaluated. Favorable response to a white paper is not an assurance that a full proposal on the white paper's topic will ultimately be selected for contract award. OFFERORS: Teaming is encouraged. An offeror may submit more than one proposal. Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals; however, no portion of this BAA will be set aside because of the impracticality of reserving discrete or severable areas of research in innovative tactical technology. Proposals from US government entities, FFRDCs, and other offerors who are proposing additional work under existing task order contracts will not be considered part of this BAA but may be evaluated by TTO separately from the BAA proposals. SCHEDULE: TTO will conduct an initial round of proposal receipt, evaluation, selection, and award. For the initial round of source selection, white papers should be submitted to TTO no later than 03-30-05. In order to be considered for an award during this first round, proposals must be received by TTO no later than 6-22-05. White papers received after 1600 local time 12/8/05 will not be evaluated under this BAA. The BAA will remain open for proposals through 1600 local time on the closing date, 2/16/06. Proposals received after the closing date will not be reviewed or evaluated. TTO will endeavor to respond to each white paper within forty-five (45) days after its receipt. As soon as the evaluation of a proposal is completed, the offeror will be notified that 1) the proposal has been selected for funding pending contract negotiations, or 2) the proposal has not been selected. One copy of each non-selected proposal will be retained for the files. Any additional copies of non-selected proposals will be destroyed upon non-selection. EVALUATION CRITERIA: Evaluation of proposals will be accomplished through a review using the following criteria, listed in descending order of importance: 1) Overall scientific and technical merit including degree of innovation, understanding of the technical and operational issues, and experimental approach. 2) Potential contribution to TTO mission, including the likelihood of transition to the military if technically successful. 3) Offeror's capabilities and related experience, including qualifications and achievements of all team members and their key personnel, their capability to carry out further development and production, and the adequacy of facilities and equipment to be used for the proposed effort. 4) Project plan. 5) Cost realism. HUMAN USE IN RESEARCH: Proposals selected for funding are required to comply with provisions of the Common Rule (32 CFR 219) on the protection of human subjects in research (www.dtic.mil/biosys/downloads/32cfr219.pdf) and the Department of Defense Directive 3216.2 (www.dtic.mil/whs/directives/corres/html2/d32162x.htm). All proposals that involve the use of human subjects are required to include documentation of their ability to follow Federal guidelines for the protection of human subjects. This includes, but is not limited to, protocol approval mechanisms, approved Institutional Review Boards, and Federal Wide Assurances. These requirements are based on expected human use issues sometime during the entire length of the proposed effort. For proposals involving "greater than minimal risk" to human subjects within the first year of the project, performers must provide evidence of protocol submission to a federally approved IRB at the time of proposal submission to DARPA. For proposals that are forecasted to involve "greater than minimal risk" after the first year, a discussion on how and when the proposer will comply with submission to a federally approved IRB needs to be provided in the submission. More information on applicable federal regulations can be found at the Department of Health and Human Services - Office of Human Research Protections website (www.dhhs.gov/ohrp/). FORMAT AND SUBMITTAL: The form and format for white papers and proposals follows below. White papers and proposals that do not satisfy these form and format requirements or with differing content between their electronic and paper versions may be rejected without further review or evaluation. All submissions should be in the English language. White papers should be submitted electronically; a paper copy is not required. Proposals should also be submitted electronically but in addition, two paper copies of each proposal, accompanied by a transmittal letter signed by an official who is authorized to commit the offeror should be mailed to the address below. Electronic copies should be in PDF (preferred) or Microsoft Word format and submitted via e-mail or on CD-ROM. Submission deadlines apply both to electronic and paper versions. All copies of white papers and proposals should be sent to: E-Mail: BAA05-22@darpa.mil. Mail: DARPA, TTO, ATTN: BAA 05-22, 3701 North Fairfax Drive, Arlington, VA 22203-1714. Proposals received by TTO but not submitted specifically to the BAA may be considered under the BAA. WHITE PAPERS: White papers should summarize the planned proposal. White papers should contain the following parts: a cover sheet (clearly marked "White Paper"); a four page (maximum) summary of the technical idea, a one-page cost summary, and a one-paragraph (150-200 words) abstract of the White Paper as a whole. All pages should be printable on 8 1/2 by 11 inch paper; type not smaller than 12 point. The page limitations for white papers include all figures, tables, and charts. No formal transmittal letter is required. Receipt will be confirmed. White papers should avoid proprietary or classified information or data not critical to the idea being presented. PROPOSALS: Each proposal shall consist of two volumes, Volume I - Technical, and Volume II - Cost. Volume I shall consist of a Cover Sheet, an abstract, and three sections. Volume II shall consist of a Cover Sheet and two sections. All pages shall be printable on 8 1/2 by 11 inch paper with type not smaller than 12 point. The maximum total length of Sections I and II of Volume I, together with any figures, tables, and/or charts, is forty (40) pages. The Cover Sheet, Table of Contents, table of figures, and acronym list do not count against the forty page limit. There is no page limit on Section III of Volume I, nor is there any page limitation applicable to Volume II. Information or data deemed proprietary by the author should be clearly marked. Offerors that intend to include classified information or data as part of their proposals shall submit an unclassified proposal referring to a classified annex. The classified annex, together with any figures, tables, and/or charts shall be counted toward the forty (40) page length for Sections I and II of Volume I, as described above. The offeror should contact the Technical POC for this BAA for guidance on submitting the classified annex. Volume I - Technical. Volume I, Cover Sheet. The Cover Sheet shall identify the BAA number; proposal title; offeror's number (if any); lead organization submitting the proposal; type of business (large, small, educational institution, other not-for-profit or non-profit, etc.); other team members (if applicable) and their types of business; technical point(s) of contact; and administrative point(s) of contact. Volume I, Abstract. The abstract shall consist of a 150-200 word unclassified synopsis of the effort proposed. Volume I, Section I - Summary of Proposal. This section shall provide a summary of Section II. Volume I, Section II - Detailed Proposal Information. This section should provide a detailed discussion of the proposed work to enable an in-depth review of all technical and management issues. This section should address the risks, approach, and payoffs of the proposed research. Efforts under the second phase of this program must be identified as options. In a manner of the offeror's choosing, this Section should provide: (1) a description of the intended results of the proposed work for each phase or option of the effort and the expected benefits compared to the current state-of-the-art and alternative approaches. (2) A detailed description of the technical issues, the proposed approach, its basis, and a comparison with other ongoing research showing both the advantages and disadvantages. (3) Innovative claims for the proposed research including all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated. (4) A Statement of Work (SOW) for each phase or option that describes the scope of the effort, the schedule, specific tasks, milestones, and deliverables for the effort. (5) A schedule of the estimated cost for each major task in each phase or option of the effort and a schedule of any proposed company cost share. (Cost share is not required.). (6) A description of the proposed approach to management of the project including an organizational chart showing reporting relationships, statements of the responsibilities of the team members, and the teaming strategy. (7) A description of the experience and capabilities of the offeror, each team member, and key personnel; a description of their capability to carry out further development and production; and a description of the facilities and equipment that would be used for the proposed effort. (8) A description of plans and capabilities to accomplish technology transition and commercialization. (9) Any information required regarding Human Use in Research. Volume I, Section III - This Section shall contain all affirmations relative to DARPA's Organizational Conflict of Interest requirements (see below). In addition, this section may provide a bibliography of relevant technical papers and research notes (published and unpublished) which document the technical ideas upon which the proposal is based. This section may also include such papers, however, DARPA is under no obligation to review and evaluate the papers. Volume II - Cost. Volume II, Cover Sheet. The Cover Sheet shall identify the name and address of the offeror (include zip code); name, title, and telephone number of the offeror's business point of contact; recommended award instrument; place(s) and period(s) of performance; total proposed cost, separated by basic award and option(s) (if any); name, address, and telephone number of the offeror's cognizant Defense Contract Management Command (DCMC) administrative office (if known); and name, address, and telephone number of the offeror's cognizant Defense Contract Audit Agency (DCAA) audit office (if known). Volume II, Section I - Detailed Cost Breakdown. This section shall include: (1) total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead charges, etc.) for each major program task and for each phase. (2) An itemization of major subcontracts and equipment purchases. (3) A summary showing by month the total projected cost, cost share by the offeror, if any, and Government funding requirements. (4) A description of cost estimating methods. (5) The source, nature, and amount of any cost sharing proposed. Volume II, Section II - Supporting Cost and Pricing Information. This section shall include supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in Section I of the cost proposal. Costs for individual subcontracts having 20% or more of the value of the work must be substantiated to the same level of detail as the costs of the offeror. AWARDS: Awards under this BAA will be made to responsible offerors on the basis of the evaluation criteria above and program balance to provide best value to the Government. Awards will be subject to the availability of funds. Award instruments may take the form of a procurement contract, grant, or agreement depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. Phases after Phase I will be options, with pricing based on the cost proposal. An estimated cost for options beyond phase one must be included or the options will not be considered. The Government reserves the right to 1) select for award all, some, or none of the proposals received, and 2) incrementally fund any award instrument. ORGANIZATIONAL CONFLICT OF INTEREST: Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors 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 offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational 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 offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then the offeror shall so state in the affirmation. NON-GOVERNMENT PERSONNEL: All proprietary material should be clearly marked and will be held in strict confidence. Restrictive notices notwithstanding, proposals may be handled, for administrative purposes only, by a support contractor, which is bound by appropriate non-disclosure requirements. Input on technical aspects of the proposals may be solicited by DARPA from non-Government consultants and experts who are bound by appropriate non-disclosure requirements. Non-Government technical consultants will not have access to proposals that are labeled by the offerors as "GOVERNMENT ONLY." Evaluations and selections under this BAA will be made only by Government evaluators. ADMINISTRATION: Prospective bidders are encouraged to contact the Technical POC or other TTO Program Managers to discuss areas of interest prior to submission of white papers or proposals. DARPA will reply to questions relating to this BAA and will make replies to questions of general interest available to prospective bidders. All correspondence including questions and requests for access to the replies to the questions regarding this solicitation should be directed to one of the addresses below. DARPA prefers to use electronic mail for correspondence regarding this BAA. The addresses for this BAA are: E-Mail: BAA05-22@darpa.mil. Mail: DARPA, TTO, ATTN: BAA 05-22, 3701 North Fairfax Drive, Arlington, VA 22203-1714. This BAA may be retrieved via the WWW at URL http://www.darpa.mil/ in the "Solicitations" area. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/DARPA/CMO/BAA05-22/listing.html)
 
Record
SN01027963-F 20060415/060413223821 (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.