Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SPECIAL NOTICE

A -- Broad Agency Announcement for Multiple Function Facility.

Notice Date
6/3/2008
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
PKE-08-BAA-0001
 
Archive Date
8/2/2008
 
Point of Contact
Dana L Alexander, Phone: 850-882-0161, David Hooker,, Phone: (850)882-0190
 
E-Mail Address
dana.alexander@eglin.af.mil, david.hooker@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
A – INTRODUCTION 1.This is a call for White Papers through a Broad Agency Announcement (BAA) of the Air Armament Center, 46 Test Wing, 46 Range Support Squadron, under the provisions of paragraph 6.102(d)(2)(i) of the Federal Acquisition Regulation, which provides for the competitive selection of research white papers/proposals. White papers submitted in response to the BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. 2.Points of Contact (POC): Contractual/Business issues: Dana Alexander, AAC/PKET (Contract Specialist), 205 West “D” Ave, Ste 433, Eglin AFB, FL 32542. Phone 850-882-0161, and e-mail dana.alexander@eglin.af.mil. The Contracting Officer is David Hooker, phone 850-882-0190, and e-mail david.hooker@eglin.af.mil. Technical issues: John Bollinger, 46 RANMS/CS (Technical Director) 308 West “D” Ave, Bldg 260 Ste 217, Eglin AFB, FL, 32542. Phone 850-882-1925, and e-mail john.bollinger@eglin.af.mil, or alternate Diana Browning, 46 TSSQ 850-882-3446 or Diana.browning@eglin.af.mil. B – INSTRUCTIONS TO OFFERORS: 1.This notice serves as a call for White Papers; AAC/PKE will not issue a separate solicitation. In an effort to minimize proposal preparation cost, the BAA utilizes a two-step process. The first step will be the submission of a white paper. The white paper must contain as a minimum: Title, Period of Performance, Rough Order of Magnitude Cost, Company Address, Technical and Contracting Points of Contact, Phone, Fax & Email, Task Objective, Technical Summary and Proposed Deliverables and should be three to five pages in length. Offerors that submit white papers that are consistent with the intent of the BAA, and are of interest to the Government will be invited to submit a proposal (step two). The submission of a white paper is required prior to the submission of a proposal. Failure to follow this two-step process may preclude the chance for award. If invited by the Government to submit a proposal, it is not an assurance that a contract will be awarded. White papers submitted in response to the BAA will be evaluated in accordance with the evaluation criteria set forth in the BAA. Technical evaluations will employ a peer or scientific review process. Based on evaluations of the white papers, a Request for Proposal(s)(RFP) will be sent to the Offeror(s) that meet the criteria. The RFP will require the Offeror(s) to submit a full technical proposal, including a contractor statement of work, and a cost proposal. a)SUBMISSION DATE: Offerors shall submit their White Papers so that they arrive no later than 3:00 P.M. Central Local Time on 18 July 2008. Offerors shall submit their white papers electronically to Dana Alexander at the contact information listed above. b)For the purpose of this BAA, the size standard to be considered a small business is 1000 employees (NAICS 541330). c)The estimated amount of funding available for this effort is $300,000. AAC/PKET anticipates awarding a Firm Fixed Price (FFP) contract that will fund a study that will look at capabilities outlined in Section C of this BAA. d)Cost proposals are neither required nor desired when submitting White Papers. e)Foreign firms will not be permitted to participate as prime contractors in this procurement. C- Effort Summary 1.The following narratives are intended to provide an abbreviated description of the prospective technical/functional capabilities desired by the Government. These descriptions are not meant to be exhaustive, but rather to challenge the reader to create and submit truly innovative white papers that have the potential to dramatically shift existing paradigms. Further, these topics are not intended as an all-inclusive list. These descriptions furnish specific examples of areas of interest. However, any submitted white paper must be grounded in achievable goals. a)The Government is interested in facility technologies that provide some or all of the following capabilities for world wide applications. •Provide protection for equipment and personnel from potential threats commonly found in a stateside and an overseas environment. The white paper will need to identify the threats that this facility will provide protection from i.e. conventional weapon attack, chemical or biological attack etc. •Protection from severe weather conditions; the white paper needs to identify what conditions the facility will be able to withstand i.e. hurricanes, tornados, earthquakes etc. •Ability to accommodate personnel and their office space. The white paper shall demonstrate what the working environment inside the facility will be, how many people the facility will accommodate and how much space will be dedicated to office space. •Ability to provide shelter for a range of military equipment to include but not limited to: ground mobile vehicles, individual fighters, and large cargo transports. •The Government may desire more than one facility in close vicinity to each other: the white paper shall demonstrate what the options for a cluster of facilities would be. •The white paper shall identify what efficiencies in construction, utilities and maintenance will be utilized in the design of this facility. D – Evaluation Criteria 1.The evaluation criteria, in descending order of importance, for White Papers are technical merit and importance to agency programs. 2.The evaluation criteria, in descending order of importance, for technical proposals (Step two) are technical, importance to agency programs, and funds availability. 3.Evaluations may take up to 60 days from receipt of White Paper to complete. Award of any contracts resulting from this BAA is anticipated to occur in FY08 or FY09. E – Additional Information 1.If selected for award, you must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) in order to receive the award. If you are not in the CCR at the time we are ready to make the award, you will be disqualified. 2.Issuance of this BAA does not obligate the Government to fund any white paper, pay any proposal preparation costs, or to award any contract. 3.All responsible sources capable of satisfying the Government's needs may submit a white paper, which will be considered. No portion of this announcement is set aside for historically black colleges and universities (HBCU's) or minority institutions (MI's); proposals are invited from all sources. The Government reserves the right to select for award, all, some, or none of the white papers received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf018de92b6f47bad746a1b110aa8595&tab=core&_cview=1)
 
Place of Performance
Address: Eglin Air Force Base, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01585727-W 20080605/080603220109-cf018de92b6f47bad746a1b110aa8595 (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.