Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SPECIAL NOTICE

B -- Defense Acquisition Challenge (DAC) Program FY 2009, Broad Agency Announcement

Notice Date
12/11/2007
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0034-08-BAA-0001-DAC
 
Response Due
2/18/2008
 
Archive Date
3/4/2008
 
Point of Contact
Han Park, Contract Specialist, Phone 703-696-9468, Fax 703-696-9480, - Karen Rooney, Contracting Officer, Phone 703-696-9468 X173, Fax 703-696-9480
 
E-Mail Address
han.park.ctr@whs.mil, karen.rooney@whs.mil
 
Description
The Defense Acquisition Challenge (DAC) Program was established by Congress (Chapter 139 of Title 10 USC, 2359b) to increase the introduction of innovative and cost-saving technologies and products into existing Department of Defense (DoD) acquisition programs. The DAC Program is managed through the Office of Secretary of Defense (Acquisition Technology & Logistics), Deputy Undersecretary of Defense (Advanced Systems & Concepts), Comparative Testing Office. DAC provides any person or activity within or outside the DoD the opportunity to propose alternative technologies and product improvements. Opportunities known as ?Challenge Proposals? proposed at the component, subsystem, or system level of an existing DoD acquisition program, will be evaluated for resulting improvements in performance, affordability, manufacturability, or operational capability of that acquisition program. DAC Proposals will be evaluated under the guidelines and criteria outlined in Title 10 USC Section 2359b, Defense Acquisition Challenge Program. This Broad Agency Announcement (BAA) is open to any technologies, products, or processes demonstrating a near-term potential to improve existing DoD acquisition programs that address the specific operational areas outlined below. Preference will be given to those technologies and products that ?challenge? an incumbent and have the potential to be evaluated in less than 24 months from project selection, with near-immediate transition to operations/production at the completion of evaluation. To meet this time-line the Technology Readiness Level (TRL) of proposed technologies or processes must be TRL 7 (prototype demonstrated in a relevant or operational environment) at time proposed, and TRL 8 or 9 (qualified through testing or ready for production) by completion of DAC testing. The following operational areas will be considered by DAC for US Army, US Air Force, US Navy and Marine Corps, US Special Operations Command, or other Defense Agencies: 1). Warfighter enhancements that specifically address improved warfighter effectiveness (e.g., lethality, accuracy, endurance); improved warfighter survivability (e.g., protection, agility, stealth, medical); improved warfighter force protection (e.g., defensive systems, detection, armoring, chem-bio defense); and improved warfighter sustainability (e.g., lighter equipment, combined equipment, longer missions, better batteries). 2). Direct warfighter support that specifically addresses logistics (e.g., supply chain management in the field, equip reliability); teaming (e.g., Net/Information Centric Operations at the tactical/operational level); surveillance, tagging and tracking (e.g., blue and hostile forces tracking, friendly identification). 3). Warfighter employment that specifically addresses planning capabilities (e.g., large unit employment); coordinating capabilities (e.g., Net/Information Centric Operations at the strategic level); transport capabilities (e.g., getting to/from the fight); and operational readiness (e.g., equip availability, maintainability, training). 4.) Other proposals that support our national strategy. Proposals that specifically address solutions for acquisition programs experiencing a Nunn-McCurdy breach will be given special consideration if they address any design, engineering, manufacturing or technology integration issue causing said breach and satisfy all other DAC legislative requirements identified in Title 10. Additionally, appropriate priorities will be given to those proposals from businesses that are not major contractors with the DoD. The evaluation of proposals will be conducted in two phases. In the FIRST PHASE, any person or activity within or outside the DoD interested in participating must submit a proposal via the website: https://cto.acqcenter.com and attach a Quad Chart using the most current Quad Chart format under ?Reference Materials? on the website. Although not required in this first phase, a letter of support/endorsement from the Service/USSOCOM Program Management Office or Program Executive Office responsible for the acquisition program can be electronically submitted with the proposal. All proposals received will be subjected to peer and review panels. Evaluation criteria for selection in this phase include at a minimum: (A) whether the proposal has merit; (B) whether the proposal is likely to result in improvements in performance, affordability, manufacturability, or operational capability at the component, subsystem, or system level of an acquisition program; (C) whether the proposal could be implemented in the acquisition program rapidly, at acceptable cost and acceptable disruption. Proposals that meet the requirements as outlined above, and any additional evaluation criteria deemed appropriate for source selection, will be prioritized based on potential for providing innovative and cost-saving technologies or products into existing DoD acquisition programs and ability to meet warfighter needs. If not identified in the proposal, the acquisition program of record (POR) that can be identified as the most likely to benefit from the proposed technology or product will be asked to conduct a review of the proposal submitted in this First Phase. The associated DoD Program Manager, in collaboration with the prime system contractor on the program as appropriate, will decide whether to accept the proposal and further refine/develop the proposal for submittal as a Final Proposal. The acquisition program manager who reviews and accepts the initial submittal is responsible for submittal of the Final Proposal during the SECOND PHASE. The acquisition program manager will determine the scope of the DAC project to include action as a validation test or a comparative test based on market evaluation, acquisition best practices and program need. In this second phase the Final Proposals submitted by program managers compete for DAC funding to test the proposed technology. In addition to the required areas on the initial proposal, the Final Proposal must include: key performance parameters (those the technology/product/process must meet); test concept and schedule for the test planning, administration, and data analysis; a plan for integration (to include cost and schedule) of the technology or product into the acquisition program; estimated vendor support costs; test article cost; projected facility/laboratory/test range costs; Quad Chart and a Project Chart with cost profile for the test and evaluation of the technology/product/process for the intended application. The integration plan must include all applicable certifications (safety, flight worthiness, insensitive munitions, operational utility, etc.) required to insert the product/technology/process into the acquisition program. Letter(s) from the acquisition authority expressing intent to procure, or the weapon system prime expressing intent to incorporate, pending successful testing, are required with the Final Proposal. By law, DAC funds cannot be used to implement/field the technology or product. At the completion of the Second Phase a Government-led evaluation team will review all competing Proposals and assess each against the evaluation criteria set forth in Title 10, USC Section 2359b and those criteria deemed appropriate for source selection. The Second Phase Government review of the Proposals will include all criteria listed above, as well as: (A) an assessment of the cost, ease, and likelihood of adopting the challenge proposal and implementing it in the acquisition program; and (B) consideration of any intellectual property issues associated with the Challenge Proposal. Proposals will be selected for funding based on their assessment rating and the availability of Government funding. Selection for funding is highly competitive. Every attempt will be made to ensure that all submitters are notified of the outcome of their proposal(s). Final FY2009 selections are expected to be finalized NLT 1 October, 2008. All submissions into the Defense Acquisition Challenge website must be UNCLASSIFIED. Classified submissions, up to SECRET, can be accepted through the mail. Classified responses must be appropriately marked, sealed and mailed in accordance with classified handling procedures. Classified proposals must adhere to the same Proposal and Quad Chart formats provided on the website. For classified submittals, send an email to defensechallenge@osd.mil. Mailing instructions will be provided at that time. Classified documents must be mailed and received by the applicable due date and time. Classification does not in any way eliminate the offeror requirement to comply with all instructions in the BAA. Notification of rejections will be emailed to the Proposal submitter. It should be generally assumed that the reason a proposal was not considered for further review was due to failure to meet the requirements for DAC. This should not be construed as a commitment by the Government, and any information submitted by industry will not constitute an offer that could be accepted by the Government to create a binding contract. The Government does not intend to award a contract on the basis of this Request for Information or otherwise compensate/ reimburse for the information solicited. Persons submitting proposals are advised that only a Contracting Officer may obligate the government to any agreement involving expenditure of government funds. While this BAA and evaluation process meet the requirements for fair and open competition, the final determination will reside with the DoD contracting officer from the Sponsoring organization. Proposals must be received/ submitted via the DAC website NLT 2000 hours EST, 18 February 2008. Proposals submitted after the deadline will have to be submitted as an UNSOLICITED PROPOSAL and may result in the proposal not being considered for funding during the initial selection cycle. All Proposal submissions must comply with the Submission Guidelines and use the templates provided on the website. Failure to comply with the above instructions may result in the rejection of the proposal during the administrative review. The agency posting this announcement, Washington Headquarters Services/ Acquisition and Procurement Office, is not responsible for the DAC program and therefore cannot answer submitter questions or accept proposals. Original Points of Contact: Comparative Testing Office, Attn: Colonel Bob Mattes, or Paul Frichtl, Phone (703) 602-3740; Fax (703) 602-3748; email: defensechallenge@osd.mil. For Service-specific questions address your questions to: for Army: Mr. Al Trawinski, (703) 806-0999, email: allan.trawinski@us.army.mil ; for Navy/Marine Corps: Mr. Mark Shiffler, (703) 696-4225, email: Mark.Shiffler@navy.mil ; for Air Force, Maj Nathan Elliott, (703) 588-6475, email: nathan.elliott@pentagon.af.mil ; for US Special Operations Command: Mr. Ron Schwartz, (813) 826-1035, email: schwarr@socom.mil . More information can be found at: https://cto.acqcenter.com/
 
Record
SN01467999-W 20071213/071211224530 (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.