Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

A -- Broad Agency Announcement for Innovative Technologies to support the US Army Aviation and Missile Research, Development and Engineering Center, Applied Sensors Guidance and Electronics Directorate.

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-07-R-BAA5
 
Response Due
5/7/2008
 
Archive Date
7/6/2008
 
Small Business Set-Aside
N/A
 
Description
Using the Broad Agency Announcement (BAA) process, the US Army Aviation and Missile Research, Development and Engineering Center (USA AMRDEC), Applied Sensors Guidance and Electronics Directorate (ASGE) is interested in receiving summary concept pape rs, and subsequently upon express request by the Government, formal proposals from offerors capable of satisfying Government requirements for research and development utilizing new, unique and innovative technologies to advance the capabilities in Applied Sensors Guidance and Electronics for the following technology areas: sensors, target acquisition, laser radar, anti-tamper, controls, computer technologies, electronic technologies, nanotechnology for aviation, missile and space, weapon and missile launch er technologies, missile component technologies, innovative technologies, close combat weapons-sensor networking technologies, and modeling and simulation for all these technology areas. Proposals to implement new and innovative technologies that enhance state-of-the-art and scientific knowledge within the following areas: A. SENSOR TECHNOLOGIES, 1. Radio Frequency (RF) Technologies, 2. Infrared (IR) Technologies, 3. Laser Technologies, 4. Image and Signal Processing Technologies including but not limited to RF Networks, RF Data and Guidance Links, Target and Background Mode ling, Auto-trackers and Target Acquisition, 5. Navigation Technologies, 6. Applied Sensor Technologies in areas such as Air Defense Technologies, Land Combat Technologies, Active Protection Systems, Counter Rockets, Artillery and Mortars (RAM), Surveillanc e Technologies, Threat Warning, Counter Improvised Explosive Devices (IEDs), Guidance, Weapons Cuing, Air and Ground Vehicle Survivability and other applications, 7. Sensor/Data Fusion and Target Discrimination, 8. Innovative Sensorball Technologies, 9. Ot her Applicable Sensor Technologies, B. TARGET ACQUISITION TECHNOLOGIES, C. LASER RADAR, 1. Laser Radar Technologies, 2. Eye-safe Laser Technologies, 3. Other Applicable Laser Radar Technologies, D. ANTI-TAMPER TECHNOLOGIES, E. CONTROLS TECHNOLOGIES, 1. Thr usters, 2. Thrust Vector Control, 3. Actuators, 4. Other Applicable Controls Technologies, F. COMPUTER TECHNOLOGIES, 1. Innovative Graphics Technologies, 2. Video Mosaic Technologies, 3. Intelligent Decision Aids, 4. Advanced Operator System Interfaces, 5. Other Applicable Computer Technologies, G. ELECTRONIC TECHNOLOGIES, 1. Electronics Miniaturization, 2. Other Applicable Electronics Technologies, H. NANOTECHNOLOGY for Aviation, Missile and Space Applications, 1. Nano Materials, 2. Coatings and Composites , 3, NanoElectroMechanical Systems (NEMS) and Nano Electronics, 4. Nano Optical Devices, 5. Nano Energetics, 6. Nano-Scale Technologies: including Sensors, 7. Other Applicable Nanotechnologies, I. WEAPON TECHNOLOGIES, 1. Laser and Other Directed Energy Sou rces and Applications, 2. RF and Other Advanced Warhead Concepts, 3. Enhanced Data-link Technology, 4. Warhead Delivery Systems, 5. Advanced Miniaturized Seeker Technology, 6. Other Applicable Weapon Technologies J. MISSILE LAUNCHER TECHNOLOGIES, 1. Innova tive Rail Technologies, 2. Innovative Launcher Electronic Assembly (LEA) Technologies, 3. Other Applicable Missile Launcher Technologies, K. INNOVATIVE TECHNOLOGIES including 1. Material Plasma Processing, 2. Pulsed Power, Energy Conversion, and Thermal Ma nagement, 3. Unique and Chaotic Waveform Applications, 4. Advanced Technologies Prioritization and Application, 5. Platform/Weapon Integration Technologies, 6. Optionally Piloted Aircraft Technologies, 7. Innovative Unmanned Systems Technologies to include Payload Integration Technologies, and including but not limited to Reconnaissance, Surveillance, and Target Acquisition, 8. Innovative Test and Evaluation Technologies, 9. Innovative Launcher Technologies, 10. Optical and RF Metamaterial Substrates. L. MI SSILE COMPONENT TECHNOLOGIES: 1. Smaller/Lighter/Reduced-cost Seekers and Guidance El ectronics, 2. Strap-down and Gimbaled Sensor Platforms, 3. Multi-purpose and Insensitive Munitions (IM) Warheads, 4. Safety-compliant and Gunner-/Auto-configurable Fuzes, M. CLOSE COMBAT WEAPONS-SENSOR NETWORKING TECHNOLOGIES: 1. Network-enabled Tactical Weapons and Sensors for Mounted, Dismounted, and Unmanned Air/Ground Systems, 2. Integrated Far Target Location; 3. Sensor-to-Shooter Capabilities Fully Integrated with Infantry Battle Command and Common Operating Picture. 4. Encrypted Voice, Data, Imager y, and Video over Current/Future Tactical Radios and waveforms. N. MODELING AND SIMULATION for each of the technical areas listed above. All development activities related to this BAA are subject to International Traffic in Arms Regulations (ITAR). Performance will require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act, Execu tive Order 12470, and/or DOD Directive 5230.25. This acquisition is not open to foreign firms, including any subcontracting effort under this BAA. Any contractor or subcontractor considering this BAA is advised that foreign national employees are prohibi ted from participating or working on the effort. Foreign Nationals (also known as foreign persons) means any person who is NOT a citizen or naturalized citizen of the US; or a lawful permanent resident; or a protected individual as defined by 8 U.S.C 1324b (a)(3). To streamline the proposal process and assist offerors in determining whether to incur costs to generate a formal BAA proposal, offerors must first submit a summary concept paper for evaluation. From this summary concept paper, the Government will indicate whether the subject matter technology described in the proposal is of interest to the Government and whether a formal proposal should receive additional review. The Government, at its option, may provide comments that may be of assistance to any submitter on whether to submit a formal BAA proposal. Concept papers will be evaluated upon receipt. Acknowledgement of receipt of concept papers will not be made nor returned. After initial review, the Contracting Office will ask only those offerors with promising concept papers to submit full technical and cost proposals. The Contracting Office will notify offerors within 90 days of receipt of concept paper if a full proposal is requested. Concept papers not selected for full proposal submission wi ll be disposed of in a manner to protect proprietary data. All proprietary material in any submission should be clearly identified as proprietary in nature. The summary concept paper should include the proposed technical concept, rationale, objectives, me thodology, expected results, and the potential contribution to the USA AMRDEC. In addition, the summary concept paper should include a period of performance, anticipated cost, and any evidence of the offerors past performance on Government contracts. The concept papers are limited to 5 pages (8 1/2 x 11 single-spaced), in English text, in MS Word for Windows" format, with one additional page for technical drawing if necessary. All concept papers, proposals, written communications or documentation concern ing this BAA shall be forwarded to the Contracting Officer, Mr. Earnest Taylor, via e-mail earnest.taylor@us.army.mil with a copy to Ms. Valerie Tipton, via e-mail valerie.tipton@us.army.mil. Facsimile proposal submission is not authorized under this anno uncement. In no event shall classified data be included in the concept paper or proposal. Evaluation of concept papers by the Government will determine which efforts are of sufficient interest to merit a formal proposal. Concept papers will be evaluated based on technical merit, the offerors past performance, and the potential contribution to the mission of the USA AMRDEC. Technical merit will rank significantly higher than past performance. Technical merit will be determined by evaluating the following factors: (1) Th e concept paper has pertinent novel ideas in the specific branch of science and technology involved, (2) The offeror has availability, from any source, of necessary research, test, laboratory, or shop facilities, and (3) The proposal is from a technically qualified source. If there is sufficient interest, a formal proposal will be requested. Contractors are not authorized to submit a formal proposal unless expressly requested to do so by the Contracting Office. This announcement is an expression of inter est only and does not commit the Government to make any contract award or to obligate government funds to pay for response preparation costs. The cost of proposal preparation or response to this BAA is not considered an allowable direct charge to any resul tant contract or any other contract. Interested parties should be alert for any BAA amendments that may be published. Proposals may range from theoretical studies to a proof-of-concept that includes fabrication, delivery and test of prototypes. USA AMRDEC is interested in receiving proposals for the research efforts described under this BAA. USA AMRDEC contracts with educational institutions, nonprofit organizations, and private industry for research in those technical areas listed above. Any contract awar ds that may result from this BAA are expected to be either in the form of Cost-Plus-Fixed-Fee completion and/or level of effort. For planning purposes, awards made in response to formal proposals are anticipated in the $100K to $30M range for the basic con tract with a period of performance not to exceed 36 months. In addition to the basic contract, up to four option years can be proposed. However, the total contract value (of each individual contract) within the formal proposal for both the basic and opti on years cannot exceed $75M, and the total period of performance for the basic and option years cannot exceed 60 months This time period limitation includes time for preparation, approval, and distribution of any final report. The following reports may be required (specific reporting requirements will be specified by the Government in the event a contractor is requested to submit a formal proposal): 1. FUNDS AND MAN-HOUR EXPENDITURE REPORT, DI-FNCL-80331/M, monthly; 2. TECHNICAL REPORT, DI-MISC-80508, as required and a one time Final report; 3. STATUS REPORTS, DI-MGMT-80368, monthly; 4. SOFTWARE PRODUCT SPECIFICATION (SPS),DI-IPSC-81441, as required; 5. SOFTWARE DEVELOPMENT PLAN (SDP), DI-IPSC-81427, as required. 6. PERIODIC PROGRAM REVIEWS (such as IPRs, SRRs, SDRs, etc.), as required. 7.DA Manpower Reporting Requirements. Long-term proposals, or proposals that include proposing for both the basic contract period and option periods, should contain a summary of the work contemplated for each 12-month per iod, so that contracts may be negotiated for an entire five-year project or for individual one-year increments of the total project. A detailed performance schedule for each discrete task must be included along with cost data to include labor-by-labor cat egory in any formal proposal. The Government will provide any selected offerors with formal proposal content requirements. Formal proposal content and format shall contain, not be limited to: (1) Statement of Work (SOW): The SOW should be a concise documen t suitable for incorporation into a resultant contract, that provides a qualitative description of the proposed work in terms of technical advancement, improvement, or end product to be developed. The SOW should state the objectives, and how these objecti ves would benefit the Government. These objectives should be stated in terms of their potential usefulness to the Research & Development and Warfighter communities supported by the USA AMRDEC. The SOW should also include a proposed schedule detailing sign ificant milestones and deliverables. (2) One page resumes of the offeror's key personnel (including alternates, if desired) who will be involved in the researc h. Documentation of previous work or experience in the field of the offeror is especially important. (3) The type of support, if any, the offeror requests of the USA AMRDEC, such as facilities, equipment, or materials. Any request by offerors for Governm ent furnished property/equipment must be clearly identified in the proposal. In no event shall the Government be under any obligation to grant such requests. Thus, offerors should be prepared to provide viable alternate approaches in the event the Governme nt is unwilling or unable to provide the requested property/equipment. (4) A statement regarding possible impact, if any, of the proposal's effect on the environment. (5) A brief description of your organization. (6) The facilities to be used for the w ork. (7) A listing of current R&D contracts along with Government POCs (contracting officer & technical). Offerors shall specify any identified potential organizational conflicts of interest. The financial portion of the proposal should contain a detaile d cost estimate sufficiently detailed for meaningful evaluation by Government officials. The budget must include the total estimated cost of the project, including any potential for cost overruns. Universities are reminded that costs for research projects conducted on behalf of the U.S. government are governed exclusively by OMB Circular A-21.The estimated project costs must be broken down for each year of the program to show the following: (1) A list of participants, not necessarily by name, showing the t ime and number of direct productive person hours (DPPHs) to be charged by principal investigator(s), research associates, and assistants, and the total amount per year to be paid to each from the project. For proposals from universities, the time and amou nts to be charged should be identified by academic year and summer effort. (2) An itemized list of permanent equipment showing the cost of each item. Permanent equipment is any article of non-expendable tangible personal property having a useful life of m ore than two years, and an acquisition cost of $500 or more per unit. (3) A general description and total estimated cost of expendable equipment and supplies. (4) Contemplated expenditures for travel with brief explanation. Travel budgets that exceed $1 ,500 per principal investigator per year or that include foreign travel or travel by other than principal investigators will require special investigation. (5) Other direct costs. (6) Cost for consulting services, if any, showing number of days, daily ra tes, and estimated travel/per diem costs. The need for consulting services must be fully justified. (7) Indirect costs indicating whether rates used are fixed or provisional, and the time frames to which they are applicable (e.g., a fixed rate may apply until a specified date, after which the rate becomes provisional). (8) The fee, if any, which the organization proposes to assess the research project. (9) Subcontracts and material costs proposed must be fully supported and documented (written quotes, e ngineering estimates, etc). Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), it is the policy of the Government to enable small business concerns to be considered fairly as subcontractors to contractors performing work or rendering s ervices as prime contractors or subcontractors under Government contracts, and to assure that prime contractors and subcontractors carry out this policy. Subcontracting goals for small and small disadvantaged businesses (including HBCUs/MIs) are 23 and 5 percent, respectively. Subcontracting goals for women-owned small business are 5%, for HUBZone small business 3%, and for service-disabled veteran-owned small business 3%. These goals will be considered when proposals are submitted. The Government antic ipates that any contract resulting from this BAA will be funded on an incremental basis as provided by FAR 52.232-22 Limitation of Funds. Any formal proposal approval is subject to fiscal law statutory restrictions governing the availability of government funds. Proposals will be evaluated on their own merit and not against other proposals submitted under this announcement. The primary basis for selecting pr oposals for award shall be technical merit and importance to agency mission requirements and R&D programs. Management, cost realism, and past performance shall also be considered. The following factors will be considered in the evaluation of proposals re ceived under this BAA. 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 in accordance with the evaluation criteria, cost, and fiscal law constraints governing availability of funds, using the factors set forth below. The Government anticipates the possibility of multiple awards under this Broad Agency Announcement, although no minimum or maximum number of awa rds is guaranteed. THE GOVERNMENT EXPRESSLY RESERVES THE RIGHT TO SELECT FOR AWARD ANY, ALL, PART, OR NONE OF THE FORMAL RESPONSES RECEIVED. Evaluation Factors for Technical Area: a. 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. b. Qualifications - Capabilities and qualifications of the key research personnel, relevant offeror experience, and adequacy of facilities and instrumentation as required. c. Research and Development Contribution - Potential contribution of the proposed research to USA AMRDEC in the above technology areas. Evaluation Factors Management Area: a. Overall Scheduling and Planning - The offeror's approach will be evaluated based on the overall scheduling and planning for performance of the effort. b. Expenditure Control - The appro ach for controlling expenditures and labor hours. Evaluation Factors Cost Area: a. Cost realism analysis will be conducted to assess the likelihood that the technical management approaches proposed could be accomplished at the cost proposed. b. Total Evalu ated 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. An unreasonably priced pro posal may be indicative that the offeror does not fully understand the scope of the proposed effort. The cost area will not receive an adjectival rating. Evaluation Factors Past Performance Area: a. Past Performance is one indicator of an offerors abili ty to perform the contract successfully. b. The proposal will be evaluated upon information received from the offeror, as well as information obtained from any other sources, when evaluating the offerors past performance. Currency and relevance of the i nformation, source of the information, context of the data, and general trends in an offerors past performance shall be considered. c. Proposals should include evidence of past performance of both management and technical performance, including past or c urrent contracts (including Federal, State, local government and private contracts for efforts similar to the proposed effort. Offerors are also authorized to provide information on problems encountered on the identified contracts and the offerors correc tive actions, if applicable. The evaluation team shall determine the relevance of any similar past performance information. Other relevant information may include past performance information concerning predecessor companies, key personnel with relevant e xperience, or proposed subcontractors that may perform major or critical aspects of the requirement if relevant to the proposals at issue here. Past performanc e of offerors in complying with subcontracting plans goals for small disadvantaged business concerns (SDB), monetary targets for SDB participation, and extent of participation of SDB concerns in terms of the total value of the acquisition, are all factors that will be considered in evaluating past performance. Proposals from entities without a record of past performance or for whom information on past performance is not available are still encouraged, as such offerors will not be evaluated either favorably or unfavorably on this evaluation subfactor. 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. Manageme nt: The management area is significantly less important than the technical area. The factors under the management area are of equal importance. 3. Cost: Although the technical and management areas are more important than the cost area, cost is still cons idered a significant evaluation factor. Proposed costs must be fully detailed and have a complete justification. The total proposed cost must be within the total contract value as specified in the Introduction of this BAA. 4. Past Performance: Past perfo rmance is significantly less important than the technical factor, but is still considered significant, as it indicates that the offeror can successfully accomplish the proposal upon any award. Government will award favorably evaluated proposals based on a vailability of funds and interest to AMRDEC. Selection 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, management, and cost. The number of awards, if any, are subject to fiscal law constraints on availability of funds. Participants are requested to submit proposals containing information in either the unclassified or classified category, up to the Secret level. The contractor will be required to receive an d store information at a classification level matching his submittal, which must fall within the categories of unclassified or classified up to the Secret level. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) o f the Federal Acquisition Regulation, which provides for the competitive selection of research proposals. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, he Competition in Contracting Act of 1984. This BAA shall remain in effect for a period of one-year from date of synopsis.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSRD-AMR-SG-CT, Building 5400 Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01289824-W 20070510/070508220934 (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.