Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOURCES SOUGHT

A -- HISTORICALLY BLACK COLLEGES AND UNIVERSITIES & MINORITY INSTITUTIONS BROAD AGENCY ANNOUNCEMENT

Notice Date
10/30/2006
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0006-07-HBCU-BAA
 
Response Due
12/1/2006
 
Archive Date
12/16/2006
 
Description
The Missile Defense Agency's (MDA) Small Business Directorate (DAS), in cooperation with the Advanced Technology Deputate (DV), announces an interest in receiving research proposals from Historically Black Colleges and Universities and Minority Institutions (HBCU/MI). The objective of this pilot program is to promote the participation by and prepare HBCU/MIs for the mainstream research program of MDA/DV. This program does not replace the main MDA/DV research program that is available to all universities. The goal of this effort is to attract researchers at HBCU/MIs toward technical endeavors that will improve their competitiveness in winning regular support from mainstream MDA research programs. EIGHT HBCU/MI RESEARCH TOPIC AREAS HBCU/MI proposals will be accepted in the eight general technology research areas listed below: (1) Radar Systems: including Integrated System Concepts, Cross Sections and Signatures, Measurements (waveforms, data extraction), Advanced Measurement Capabilities for Range and Velocity which are Robust against Countermeasures, Transmit/Receive Modules, Radar Signal Processing, Data Visualization, Data Compression, Image Interpretation, and passive RF Systems. (2) Lasers and Electro-Optical Systems: including High Energy Lasers, Light Weight/Scalable Fiber, Solid State, Gas and Liquid Phase Lasers, Improved Diode Laser Arrays, Chemical Laser Improvements, High Energy Laser Power Supplies and Thermal Control Systems, Optical Beam Control and Stabilization Technologies, Large Light-weight, Space Qualifiable Optical Telescopes, Optical Beam Combining and Phased Array Concepts, Fast Beam Steering Concepts, Innovation Multi-Spectral and Hyper-Spectral Concepts, Laser Target Acquisition, Pointing and Tracking Concepts, Light-weight LADAR Transmit/receive Subsystems including Light-weight, Efficient Laser Transmitters, Integrated LADAR Optical Systems, High Bandwidth Photon Counting Receiver Arrays and novel LADAR Signal Processing Concepts/algorithms. (3) Integrated Active/Passive IR Sensor Systems: LADAR Transmit/Receive Systems, Optical Signal Processing, Passive EO/IR Systems including ideas and concepts for IR materials and Focal Plane Arrays (FPAs) having the following desired features: large format size, multicolor capability, manufacturable, affordable, capable of extending to VLWIR detection at temperatures higher than 35K, Read-Out electronics; Lightweight EO/IR kill vehicle sensors and seekers with high frame rate capability, Fast Readout Large Format FPAs for Hyperspectral imaging, Non-E/O sensors for post impact warhead typing (in-situ or standoff); Hardware-in-the-loop (HWIL) testing of Multi-/Hyper-Spectral Sensors, HWIL testing of LADAR systems in a Thermally Controlled Vacuum Environment, test of ground, air, space, sea-based sensor system operations (all wavelengths considered). (4) Computer Science, Signal and Data Processing: including Digital Electronics and Signal Processing, Novel signal and guidance processing architectures for high frame rate seekers, Machine Implementation of Algorithms, Analog Circuits and Communications, Computer Vision, Distributed Computing. (5) Mathematics, Probability, and Decision Theory: including Algorithms, Decision Systems, Decision Theory and Modeling, Estimation, Prediction, Pattern Recognition, Identification, Discrimination, Classification, Data Fusion, and Sensor Fusion. (6) Physics, Chemistry, and Materials: including the study of phenomenology associated with missile Detection, Tracking, and Discrimination, Infrared and Optical Signatures, Energy Conversion, Fuel Cells and Battery Technology, Kinetic Impact and Post-impact Phenomenology and associated Signatures, Rocket Plume Analysis, Spectral Imaging for Threat/Decoy Discrimination, and integration of conventional silicon technology with new nanostructures (i.e., carbon nanotubes or nano-materials) for next generation interceptor sensors. (7) Mechanical and Aerospace Engineering: including Space Systems, Micro satellites to include: bus and payload designs, precision guidance, Homing Navigation, Guidance, Navigation & Control (GNC); Target Tracking and Prediction; Subsystems, and components-such as Precision Propulsion and Constellation Networking, Missile System Aerodynamics, high maneuverability Divert/Axial Propulsion, liquid and solid Divert and Attitude Control Systems (DACS), Reentry Physics, Guidance and Control, Kill vehicle Lethality Enhancement; Materials Science to include Lightweight, Thermo-Resistant Materials for Boosters and Kill Vehicles, Lightweight Structures with Embedded Radiation Shielding, also of interest are the Prediction, Quantification, and Compensation of Aero-Optic effects of turbulence on Imaging Sensors. (8) Battle Management/Command and Control: including Engagement Planning, Sensor and Weapon Resource Management, Tactics, Intelligence Exploitation, Evolving Threats and Countermeasures, Target Tracking; Human in the Loop (MDA Operations) Intelligence Processing and Decision Making in Near Real Time, Information Processing and Computing Technologies, Launch platform-Interceptor communications, Interceptor-Interceptor communications, Interceptor-launch platform communications, Aircraft mountable High Bandwidth Communications (T1 minimum; T3 or greater preferred) for line of sight and over the horizon (OTH) data transfer; Lethality Assessment Technologies, non-real-time, non-tactical (not kill assessment) test applications; Fire Control; and, distributed real-time simulations using reconfigurable objects (all digital, hardware-in-loop or live). SELECTION CRITERIA FOR POTENTIAL CONTRACT AWARDS Selection for contract award will be based on a competitive evaluation using the following criteria: (1) Technical: (a) Anticipated benefits of the basic research or applied/exploratory research effort to the MDA mission, (b) The scientific/technical quality of the basic research or applied/exploratory research proposal and its relevance to the topic description, with special emphasis on its innovation and originality, and with consideration for the potential of the successful completion leading to further support by mainstream MDA/DV research programs, and (c) Qualifications of the Principal Investigator, other key staff and consultants, if any, and adequacy of available or obtainable instrumentation and facilities; (2) Management: Adequacy of management planning and controls; and (3) Cost: Cost will be evaluated as follows: The proposals will be evaluated against the government's estimate of the cost of completing the contract using the technical and management approaches proposed. Total evaluated probable cost consists of the government's estimate of the realistic cost of completing the offerors' proposals, to include the government's assessment of program risk, and additional costs to the government such as government-furnished property, government-furnished information, transportation, and other cost related factors. EVALUATION FACTORS Each proposal will be evaluated on the basis of all the above factors. The technical quality of the proposal is significantly more important than the management factor. The technical sub-factors are of equal importance. The cost factor is less important than the technical and management factors. The primary basis for proposal selection shall be technical and management merit, availability of funds, and program balance. SUBMISSION REQUIREMENTS If interested in this opportunity, please respond to MDA with the following: (1) A combined technical and management proposal limited to no more than fifteen pages, including a one-page executive summary of the technical and management proposal. The technical and management proposal shall include full discussion of the scope, nature, and objectives of the proposed research effort; rationale for the technical contribution to MDA goals to include: a) identification of the HBCU/MI topic area the proposal is submitted under; b) related research efforts performed in the past; c) a description of and statement of availability of facilities and instrumentation required for performance; d) schedule of milestones and related research efforts performed in the past; e) a description of management planning and control systems; and f) identification of limited data rights or computer software, if any. ADDITIONAL SUBMISSION REQUIREMENTS In addition the offeror must provide the following, exclusive of the fifteen page limitation: a Statement of Work (SOW) suitable for contract incorporation, and resumes of key personnel; (2) A cost proposal limited to five pages. The cost proposal shall be submitted as a separate document together with supporting detailed cost data, including subcontractor data, if any. Offers shall include a summary of the cost proposal at the cost element level (i.e., total direct labor, overhead, general and administrative, etc). Summaries should also include a funding profile by Government fiscal year. Offerors' proposals shall be submitted in electronic format (MS Word for Windows or a clearly readable .PDF file) and should be marked appropriately if they contain proprietary or trade secret information. However, unclassified and limited proprietary content information is recommended, and preferred. All proposals shall remain valid for acceptance by the Government for a period of 180 days. SUBMISION CONSTITUTES ACKNOWLEDGEMENT AND CONSENT Submission of an HBCU/MI proposal to MDA for the HBCU/MI BAA constitutes the offeror's and offeror's institution's acknowledgement and consent to fully accept and abide by MDA??s standard university HBCU/MI contract, to include the clauses and sections listed below: 1. Section H Clause - Public Release of Information, MDA Public Release of Information Policy. The MDA HBCU/MI Contract text associated with this Clause is stated as follows: H-__ PUBLIC RELEASE OF INFORMATION (OCT 2005) This provision implements DFARS 252.204-7000, Disclosure of Information: a. The policies and procedures outlined herein apply to information submitted by the Contractor and its subcontractors for public release of any information resulting from performance of this contract. Prior to public release, all information shall be cleared as directed by the :National Industrial Security Program Operating Manual" (NISPOM) (DoD 5220.22-M). At a minimum, these materials may be technical papers, presentations, articles for publication and speeches or mass media material, such as press releases, photographs, fact sheets, advertising, posters, compact discs, videos, etc. b. All materials which relate to the work performed by the contractor under this contract shall be submitted to MDA for review and "cleared for public release" (hereafter referred to as "cleared" or "clearance"). Subcontractor public information materials shall be submitted for clearance through the prime contractor to MDA. c. The MDA review and clearance process for contractors working under an MDA contract shall be as follows: (1) Coordination through the contracting officer's representative (COR) when the COR is located in the MDA National Capital Region (NCR?Xaddress same as paragraph j. below); or, if the COR is not located in the NCR, coordination through the cognizant contracting officer for all other contracts. (2) The contractor shall request a copy of MDA form "Request for Public Release Review" (hereafter referred to as "review form") or any superseding form from the MDA COR or contracting officer (when COR is external to MDA NCR). (3) The contractor shall complete Sections A through I of the review form (or comply with the instructions of any superseding form) and submit the form to the COR along with the materials to be cleared (see paragraph j. below). If the information has been previously cleared, provide the Public Release Case Number if available as well as a copy of the previous document, highlighting the updated information. (4) The COR may affirm "public releaseability" by signing Section J.1, as Technical Reviewer of the review form. (5) The COR will forward the review form, including the materials to be cleared, to the MDA designated point of contact for Section J.2. coordination and submission of the package to MDA/DC. (6) The MDA COR or contracting officer (when COR is external to MDA NCR) will notify the contractor of the agency??s final decision regarding the status of the request. d. The contractor shall submit the following to the COR at least 90 days in advance of the proposed release date. (1) Seven (7) copies of each item. (2) Written statement, including: (a) To whom the material is intended to be released; (b) Desired date for public release; (c) Statement that the material has been reviewed and cleared by officials of the contractor or subcontractor(s), for public release; (d) Contract number. Items submitted must be complete. Photographs shall have captions. e. Outlines, rough drafts, marked-up copy (with handwritten notes), incorrect distribution statements, FOUO information, export controlled or ITAR information will not be accepted or cleared. f. Abstracts or abbreviated materials may be submitted if the intent is to determine the feasibility of going further in preparing a complete paper for clearance. However, clearance of abstracts or abbreviated materials does not satisfy the requirement for clearance of the entire paper. g. The MDA Director of Communications (MDA/DC) is responsible for coordinating the public release review. MDA/DC will work directly with the COR if there are questions or concerns regarding submissions. MDA/DC will not work with contractors who have not gone through their COR. h. Once information has been cleared for public release, it is in the public domain and shall always be used in its originally cleared context and format. Information previously cleared for public release, but containing new, modified or further developed information, must be submitted again for public release following the steps outlined in items c. and d. above. i. MDA will have Ninety (90) calendar days to review the proposed release of information, which may be extended by written mutual agreement. j. Due to time and screening constraints, it is recommended that all "public release" packages submitted to MDA be forwarded by a commercial overnight delivery service, addressed as follows: Missile Defense Agency/(2 letter code) Attn: First name Last name* 1301 Southgate Road Arlington, VA 22202 * Insert name of COR or, if information is being forwarded by COR to MDA, insert the name of the Contracting Officer. 2. K-23 (Security Classification); security classification clause and K-24 (Foreign Persons); Foreign Persons Disclosure clause. The MDA HBCU/MI Contract text associated with this Clause is stated as follows: K-23 SECURITY CLASSIFICATION The contract resulting from this solicitation will be unclassified and will not contain security requirements or a Contract Security Classification Specification, DD Form 254. (Should the government determine that the technology has developed to a point where the information warrants protection under Executive Order 12958, Classified National Security Information, a DD Form 254 and an approved classification guide will be issued to the contractor and appropriate steps will be taken under the contract to protect the material.) K-24 FOREIGN PERSONS In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (22 USC 2751 et seq.), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract or subcontracts (or ??X?? here if there are no such individuals: _____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume. The above representation shall be updated by the contractor if during contract performance other foreign persons are proposed to work on the contract or subcontracts. 3. DEFENSE AQUISITION REGULATIONS (DFARS) SUPPLEMENTAL CLAUSES This effort is a total set-aside for HBCU/MIs and the following DoD FAR Supplement Clause is applicable: 252.226-7000, NOTICE OF HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTION SET-ASIDE (APR 1994). (a) Definitions. Historically black colleges and universities, as used in this clause, mean institutions determined by the Secretary of Education to meet the requirements of 34 CFR 608.2. The term also means any nonprofit research institution that was an integral part of such a college or university before November 14, 1986. Minority institutions, as used in this clause, means institutions meeting the requirements of section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d-5(3)). The term also includes Hispanic-serving institutions as defined in section 316(b)(1) of such Act (20 U.S.C. 1059c(b)(1)). (b) General. (1) Offers are solicited only from historically black colleges or universities and minority institutions. (2) Any award resulting from this solicitation will be made only to an offeror that is a historically black college or university or a minority institution at the time of submission of its initial offer including price. (c) Agreements. The offeror will (1) Perform at least 50 percent of the cost of contract performance incurred for personnel with its own employees; and (2) Upon request by the Contracting Officer, provide evidence prior to award that the Secretary of Education has determined the offeror to be a historically black college or university or minority institution. (End of Clause). 4. APPLICABLE FEDERAL ACQUISITION REGULATION PROVISION The following Federal Acquisition Regulation (FAR) provision applies: 52.226-2 HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTION REPRESENTATION (MAY 1997). (a) Definitions. As used in this provision Historically Black College or University means an institution determined by the Secretary of Education to meet the requirements of 34CFR 608.2. For the Department of Defense, the National Aeronautics and Space Administration, and the Coast Guard, the term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986. Minority Institution means an institution of higher education meeting the requirements of Section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d5(3)) which, for the purpose of this provision, includes a Hispanic-serving institution of higher education as defined in Section 316(b)(1) of the Act (20 U.S.C. 1059c(b)(1)). (b) Representation. The offeror represents that it--[ ] is [ ] is not a Historically Black College or University; [ ] is [ ] is not a Minority Institution. (End of provision). ADDITIONAL INFORMATION (1) This BAA constitutes the solicitation and no formal Request for Proposal (RFP) will be issued. This announcement will remain open through midnight, December 1, 2006 and proposals may be submitted any time up to and including this date. Proposals received will be considered for funds available in Fiscal Years 2006/2007. Offerors may submit separate proposals on any or all the specified areas of research. (2) Proposal evaluation is expected to take a minimum of sixty days after the close of this announcement. (3) For planning purposes, Firm-Fixed-Price (FFP) or Cost-Plus-Fixed-Fee (CPFF) level-of-effort or completion type contracts are anticipated or possible and are not expected to exceed $150,000 per year per contract; period of performance is anticipated to range from twelve months to twenty-four months. Award announcements are expected to be made no later than March 31, 2007. Contracts are expected to be awarded during the third quarter of Fiscal year 2007. (4) The contract document, upon award, will include details of the contract deliverables. (5) Proposals selected will be awarded by an appropriate contract to be signed by the offeror and a government Contracting Officer. Any negotiations that may be necessary will be conducted between the offeror and the government Contracting Officer. (6) Upon selection for award of a contract, the contractor will be required to complete government-furnished certifications and representations and to make certain legal commitments through acceptance of government contract clauses in the contract. Copies of the clauses will be made available prior to award. (7) Offerors are reminded that this BAA is for the acquisition of basic and applied research - that is, development not related to a specific system or hardware procurement (FAR 35. 016). Concepts submitted related to the development of a specific system will be returned as non-responsive. Offerors may be contacted by the reviewers as necessary for additional information/clarifications. (8) The Government may use selected FFRDC, support contractor, and other non-governmental personnel to assist in the evaluation and administrative handling of proposals submitted in response to this announcement. These persons are bound by appropriate non-disclosure agreements to protect proprietary and source selection information. Submission of white papers under this BAA constitutes the offerors acknowledgement and consent to the use of contractors and other non-governmental personnel to assist the Government during the evaluation process. (9) MDA may award contracts, grants, cooperative agreements, or other transactions as a result of this announcement. Issuance of this BAA does not obligate the Government to pay any proposal preparation costs or to award any contracts, grants, cooperative agreements, or other transactions. The Government reserves the right to select all, some, or none of the proposals submitted, or to select only part of an effort described in a proposal for award. SPONSORS: Missile Defense Agency (MDA), Office of Small and Disadvantaged Business Utilization (MDA/DAS), and the Advanced Technology Deputate (MDA/DV), 7100 Defense Pentagon, Washington, DC 20301-7100
 
Record
SN01173220-W 20061101/061030220711 (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.