Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

A -- INDUSTRIAL BASE INNOVATION FUND

Notice Date
3/13/2008
 
Notice Type
Modification
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Logistics Agency, Acquisition Management, DES Contracting Services Office Philadelphia, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
19111-5096
 
Solicitation Number
BAA030008
 
Response Due
4/21/2008
 
Archive Date
5/6/2008
 
Point of Contact
John Dormer, Contract Specialist, Phone 215-737-2284, Fax 215-737-7942
 
E-Mail Address
John.Dormer@dla.mil
 
Description
BAA 03-0008 BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT FOR DEFENSE LOGISTICS AGENCY (DLA) INDUSTRIAL BASE INNOVATION FUND FEBRUARY 29, 2008 ________________________________________ POINT OF CONTACT: Mr. John Dormer, Contracting Officer Defense Supply Center Philadelphia DLA Contracting Support Office DSCO-P 700 Robbins Avenue, Building 26-1 Philadelphia, PA 19111 215-737-2284 john.dormer@dla.mil General Information Document Type: Combined Solicitation Solicitation Number: BAA Posted Date: 3 March 2008 Response Date: 21 April 2008 Classification Code: A -- Research & Development Set Asides: None NAICS Code: 541712 -- Research and Development in the Physical, Engineering, and Life Sciences CONTRACTING OFFICE ADDRESS: Defense Supply Center Philadelphia, Attn: DCSO-P, Bldg. 36-2, 700 Robbins Avenue, Philadelphia, PA 19111-5092 SUBJECT: INDUSTRIAL BASE INNOVATION FUND (IBIF) DESC: PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Supply Center Philadelphia, Attn: DCSO-P, Bldg. 36-2, 700 Robbins Avenue, Philadelphia, PA 19111-5092 SUBJECT: A: Industrial Base Innovation Fund (IBIF) SOL: BAA 03-0008 DUE: 21 April 2008 POC: John Dormer john.dormer@dla.mil. 215-737-2284 1. BACKGROUND The Defense Logistics Agency (DLA) seeks interested parties to propose innovative manufacturing technology and industrial base projects under the Industrial Base Innovation Fund Program (IBIF). The IBIF purpose, as stated in Congressional Report 110-434 (http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=110_cong_reports&docid=f:hr434.110.pdf), page 346 is ?to ensure that investments are made to address shortfalls in manufacturing processes and technologies in support of the Department?s long-term and short-term needs.? Fielding and sustaining superior weapons technology is a cornerstone of United States military strategy. The DOD?s ability to obtain superior, affordable weapons in a timely manner relies on a strong domestic industrial base and access to reliable foreign manufacturing sources. The IBIF is a program directed toward strengthening domestic manufacturing capability and eliminating dependence on unreliable foreign sources. The Defense Logistics Agency is acting on behalf of the Department of Defense in executing the IBIF. Accordingly, proposers are encouraged to submit proposals that support DOD weapon systems programs in the Systems Acquisition and Systems sustainment phases (post Milestone B) of their lifecycle. (See DODI 5000.2 https://akss.dau.mil/dag/DoD5000.asp?view=document&doc=2.) The scope of the IBIF program includes all of the manufacturing technologies supporting the Aviation, Maritime, and Land Supply Chains. The goal of the IBIF program is to develop and implement significant manufacturing technology improvements into these supply chains. Subject to availability of funds, a total Government investment of about $12 million during Fiscal Year 2008 is planned to fund IBIF projects under this BAA. The expected cost range for proposals submitted under this BAA is up to $2,000,000 with a period of performance of up to 24 months. The desirable outcome of a completed project is an advanced manufacturing capability that is implemented in the industrial base and supporting one or more current or future weapon systems. For selectable projects, DLA may consider using existing contracts, if appropriate. Proposers may recommend such a contracting arrangement but should confirm with the contracting Officer of the existing contract that all existing contract scope, terms, conditions and ceiling requirements are met before proposing such an arrangement. The government is anticipating the award of cost-plus-fixed, cost sharing or cost contracts. 2. GENERAL PROPOSAL SUBMISSION INFORMATION Proposers must submit an original and eight (8) copies of full proposals and an electronic copy on a CD-ROM referring to BAA 0003-08 by 3:00 PM, local Philadelphia time on or before 21 April 2008 to the Point of Contact listed above in order to be considered. No additional information is available, nor shall a formal RFP or other solicitation regarding this announcement be issued. Requests for same shall be disregarded. The Government reserves the right to select for award all, some, or none of the proposals received. This is an unrestricted acquisition. All responsible sources capable of satisfying the Government's needs may submit a proposal which shall be considered by DLA. 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 shall be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research in this technology. Large Business concerns are required to submit a Small Business/Small Disadvantaged Business Subcontracting Plan. For purposes of this acquisition, the size standard is 500 employees Standard Industrial Classification (SIC) 3462. All correspondence and questions on this solicitation, including request for information on how to submit a proposal to this BAA, should be directed to the POC at the top of the BAA; e-mail is preferred. Proposals may NOT be submitted by fax or e-mail; any so sent shall be disregarded. 3. DOD MANUFACTURING TECHNOLOGY (MANTECH) PROGRAM INFORMATION The vision for the MANTECH Program is to enable a responsive, world-class manufacturing capability to affordably meet the warfighters' needs throughout the defense system life-cycle. The MANTECH Program focuses on the needs of weapon system programs for affordable, low-risk development and production. It provides the crucial link between technology invention and development, and industrial applications. The MANTECH Program matures and validates emerging manufacturing technologies to support low-risk implementation in industry and DoD facilities, e.g., depots and shipyards. The Program addresses production issues from system development through transition to production and sustainment. Investments are driven by defense-essential needs for: the ability to support 6-sigma (low variability) manufacture, and; maturation of process capabilities to acceptable, quantified risk levels; unique production capability; low-cost, high-quality manufacture; efficient factory operations and supplier interaction; decoupling of unit cost from production volume; efficient maintenance/repair processes; and rapid, low-cost spares acquisition. Projects undertaken are beyond the normal risk or interest of industry to pursue in a timely manner. The Program focuses on manufacturing-related needs that exist across industry sectors and throughout the weapon system life-cycle. The primary benefit to the industrial base comes from the emphasis on transfer of the enhanced technologies from the initial demonstration application to the rest of industry. Investments that would benefit a single weapon system are the responsibility of system program managers and are not candidates for MANTECH funding. The IBIF program is focusing on the Production and Sustainment phases of the Development life cycle. In the production phase, the emphasis is on rapid, low-cost, high-quality manufacturing; efficient factory operations and supplier interactions; and the decoupling of unit cost from production volume. In the support and sustainment phase, the concentration is on efficient repair processes; rapid, low-cost spares and replacement parts acquisition; and efficient maintenance, repair and overhaul (MRO) operations. For a complete description of the MANTECH Program see https://www.dodmantech.com. 4. TECHNICAL AREAS OF INTEREST The areas of interest align with the DOD supply chains: Aviation, Land and Maritime and the MANTECH technology disciplines: Metals, Composites and Electronics. (At lower tiers of the industrial base, it is understood that manufacturing technologies may cut across these Supply Chains or technologies, however, each offeror should clearly have a identified ?primary target? for implementing the proposed technology. Proposals without a clearly identified target will not be considered for award.) All manufacturing processes and systems are eligible for consideration, including but not limited to, new/alternative materials; faster, higher quality unit processes; reduction in process variation through advanced process control systems; tighter coupling of the supply chain through advanced information technology; part count reduction; innovative applications of Lean/6-Sigma; establishing a reliable domestic capability to alleviate dependence on an unreliable foreign source; and implementing dual use (equally capable for civil and military applications) manufacturing capability to be available to DOD during time when a surge in production is needed; etc. Although DLA sees merit in these areas, offerors are free to innovate and are not limited to proposing only these areas. Equal consideration will be given to all approaches that enable improved weapon systems manufacturing, significant reduction of lead-times, repair cycle times, reduction of inventory levels, improved quality and lower costs. 5. EVALUATION CRITERIA To be eligible for award of a contract, all prospective offerors must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems under a cost type contract, ability to comply with performance schedules, and a prior record of past performance, integrity, organization structure, experience, operational controls, technical skills, facilities and equipment. For additional information and guidance concerning qualifications and standards for responsibility of prospective contractors, please refer to Part 9 of the Federal Acquisition Regulation (FAR). As soon as the proposal evaluation is completed, the proposer will be notified of selectability or non-selectability. Selectable proposals will be considered for funding; non-selectable proposals will be destroyed. (One copy of non-selectable proposals may be retained for file purposes). Not all proposals deemed selectable will be funded. Decisions to fund selectable proposals will be based on funds availability and merits of the proposal. Proposals may be considered for funding for a period of up to one year. The Government reserves the right to select for award all, some, or none of the proposals received. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. Evaluation of proposals shall be accomplished through a detailed review of each proposal, using the following criteria listed in descending order of relative importance: (1) Scope, timing and benefits of project implementation ? address the applications (specific weapon systems or components) of the technology ? how the manufacturing technology will address long and short term needs of the Department of Defense and the expected benefits (2) Overall scientific and technical merit ? degree of innovation ? soundness of the technical concept ? offeror?s awareness of the state of the art and understanding the scope of technical effort needed ? extent to which the Government will have unlimited intellectual property rights (3) Past performance and scientific/ manufacturing/ technical experience: ? the technical proposal must provide evidence of previous technical expertise, experience and implementation of the proposed approach ? the quality of the technical capabilities of the offeror?s entire team shall be evaluated ? the ability to manage the proposed effort (4) Organizational and project management ? how the contract shall be managed ? show that its organizational structure shall ensure performance stability, reliable customer service and commitment to DLA and IBIF (5) Cost realism ? total proposed project amount relative to benefit ? Realism of total costs proposed It is the Government?s intention to award contracts based upon proposals that demonstrate knowledge, experience, and expertise in the technical areas of interest identified in Section 4. The proposal must demonstrate scientific and technical expertise in the proposed area. Proposals must provide information on past performance, which reflects related efforts and/or achievements, technological aptitude, management support, and potential contribution and relevance to the DOD mission. 6. PROPOSAL FORMAT This BAA shall result in the award of multiple contracts or tasks added to existing contracts. Selectable proposals will be considered for funding; non-selectable proposals will be destroyed. (One copy of non-selectable proposals may be retained for file purposes). Not all proposals deemed selectable will be funded. Decisions to fund selectable proposals will be based on funds availability and merits of the proposal. Proposals may be considered for funding for a period of up to one year. The Government reserves the right to select for award all, some, or none of the proposals received. The Government contemplates award of cost, cost plus fixed-fee, or cost-share type contracts as a result of this BAA. Proposals based on a type of contract other than that contemplated shall NOT be considered. Proposers who do not have an accounting system approved for doing DOD Cost type contracts may want to team with a company that has an approved system or begin working toward obtaining approval. A TECHNICAL PROPOSAL shall be submitted in response to this BAA. ? Technical proposals shall be submitted in the following format: 8 hard copies, 1 electronic copy in ?.pdf? format. ? Technical proposals in response to this BAA shall be limited to fifteen (15) single sided, 8 ?? x 11? pages, including Appendices and Attachments. If less than fifteen pages is required there is no penalty for submitting shorter proposals, so long as the offeror covers all the required material. Additional pages beyond 15 shall not be considered in the evaluation. ? Type font shall be 12 point Times New Roman with 1? margins around the page. TECHNICAL PROPOSAL The Technical Proposal shall contain the following sections: 1. Section I ? A. Cover Page: (1) BAA number; (2) Supply Chain (Aviation, Land or Maritime) (3) Technical Panel (Metals, Composites or Electronics); (4) Proposal Title; (5) Technical Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; (6) Administrative/Contracting Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; and (7) Contractor's business type selected among the following categories: Large Business, Small Disadvantaged Business (SDB), Other Small Business, HBCU, MI, Other Educational, or Other Nonprofit. B. Official Transmittal Letter. C. Cost Summary. The total cost of each major cost element and the make-up of those costs should be presented in the offeror's proposal. Sufficient information should be provided in supporting documents to evaluate the reasonableness and realism of these proposed costs, including salaries, overhead, material purchases, fair market rental value of lease items and the method used for making such evaluations. A statement related to the latest DCAA audit and whether the offeror?s accounting system has been approved by the DCAA. State if there are currently negotiated DCAA rates and factors being used in the proposal. D. Whether the offeror has an existing DOD contract to which this proposal may be added (GSA Schedules are not applicable for this purpose.) If there is a contracting vehicle, provide the Contract Number, the Contracting Officer?s contact information and a statement that the Offeror has or has not contacted the Contracting Officer to inform them they are proposing that this task be added to the Contract. The information contained in this section should be limited to two pages. 2. Section II ? Executive Summary: An Executive Summary of the offeror's entire proposal is required. This summary shall not be evaluated but shall be used to gain an understanding of the overall proposal contents. It should identify and highlight significant features, summarize innovative claims and unique contribution(s) of the proposal, and include the salient points of the proposed project, including target weapon system applications and the expected outcome improvement associated with the project. The information contained in this section should be limited to two pages. (3) Section III ? Detailed Proposal Information: The following evaluation factors must be addressed in the proposal: 1. Scope, Timing and Benefits of Project Implementation; 2. Overall Scientific Merit; 3. Past Performance and Scientific/Manufacturing/Technical Experience; 4. Organizational and Project management; 5. Cost Realism. (1) SCOPE, TIMING AND BENEFITS OF PROJECT IMPLEMENTATION: Offerors will address the applications (specific weapon systems or components) of the technology and the timing of the putting the technology into production of Military Systems. The proposal should address how the manufacturing technology will address long and short term needs of the Department of Defense and the expected benefits. Address any impediments to implementing the technology and how those impediments will be overcome by the proposed effort. Offerors are cautioned that statements regarding the ability to implement manufacturing technology projects may be validated with Government engineering activities. For example, if an advanced material substitution is proposed the Offeror must demonstrate an understanding of the issues associated with and a schedule for getting the proposed substitution approved by the Cognizant Engineering Authority. (2) OVERALL SCIENTIFIC AND TECHNICAL MERIT: Offerers will propose a Manufacturing Technology project that includes: (a) The improved Defense manufacturing capability to be established, expressed in terms of outcomes that are important to the Warfighter, Weapon Systems Program Office and/or Logistics Support Organization; (b) Statement of Work (SOW) written in plain English outlining the scope of the effort and citing specific tasks to be performed and specific contractor performance requirements; (c) Detailed technical approach, rationale, and strategy for accomplishing technical goals in support of innovative claims and deliverables; (d) Deliverables associated with the proposed research including a clear description of the results, products, and transferable technology should be provided. (e) Realism of the schedule and milestones for each task in the proposed efforts. Include all proprietary claims to results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototypes. If there are no proprietary claims, this should be stated. (3) PAST PERFORMANCE AND SCIENTIFIC/ MANUFACTURING/ TECHNICAL EXPERIENCE: Offerors shall provide information pertaining to prior significant and related work experience or expertise in any of the listed areas of interest, and how that expertise shall be beneficial to this program and their track record in dealing with weapon system manufacturing. Offerors shall provide the five largest accounts/contracts/projects within the last three years for which they have provided services and/or supplies of a nature consistent with this program. Offerors shall include at least (2) points of contact and a telephone number for each account/contract, a description of the service or supply which was provided, as well as a brief performance history on each of those accounts/contracts. Where related work was performed with teaming partners, provide points of contact of teaming members to include company name, individuals and phone numbers. If no past performance related to weapon systems manufacturing is available, offerors shall describe their track record in dealing with their comparable major customers and shall include supplemental information similar to that requested above. (4) ORGANIZATIONAL AND PROJECT MANAGEMENT: Offerors shall provide evidence of how the contract shall be managed and show that its organizational structure shall ensure performance stability, reliable customer service and commitment to DLA and IBIF for the duration of the contract performance period. Specifically, offerors shall identify key personnel including the Project Coordinator permanently assigned to the contract; and other personnel with relevant qualifications and experience. (5) COST REALISM: The cost proposal will include all of the cost information related to the Project Task, including: Direct Labor ? Individual labor categories or assigned persons with associated labor hours and unburdened direct labor rates Indirect Costs ? Fringe benefit, Overhead, G&A, Cost of Money, etc. (must show base amount and rate) Travel ? Number of trips, destinations, durations, etc. Other Direct Costs ? All other costs associated with the project should be itemized. 7. PRE-PROPOSAL CONFERENCE A pre-proposal conference is scheduled on April 2, 2008 at the Hyatt Dulles , 2300 Dulles Corner Blvd, Herndon, VA 20171, Telephone: (703) 793-6880 starting at 10:00 AM EST. The conference will explain and clarify the objectives of this program and the solicitation requirements, and respond to general questions raised by prospective offerors. Interested firms are encouraged to attend. If you plan to attend the pre-proposal conference, please send email to John Dormer at john.dormer@dla.mil with the following information for all who plan to attend: (1) Name of Firm (2) Name(s) and Title of Representative(s) who will attend (3) Address of Firm (4) Phone number(s), Fax number(s) and E-mail address(es) Prospective offerors are requested to submit questions in writing prior to March 31, 2008 to allow for inclusion and discussion during the pre-proposal conference. Questions will be considered at any time prior to or during the conference. Responses to some questions may be incorporated in an amendment to the solicitation. The Government will not be liable for expenses incurred by an offeror prior to contract award. Offerors are cautioned that remarks and explanations provided at the conference shall not change the terms of this BAA unless amended in writing. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DSCP-PB/BAA030008/listing.html)
 
Place of Performance
Address: Ft. Belvoir, VA
Zip Code: 22060
Country: UNITED STATES
 
Record
SN01532508-F 20080315/080313231653 (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.