Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

A -- BATTNET NETWORK FOR TECHNOLOGY IMPLEMENTATION

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DES Contracting Services Office Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
BAA000608
 
Archive Date
11/27/2008
 
Point of Contact
Linda J. Flatley,, Phone: 2157370701
 
E-Mail Address
Linda.Flatley@dla.mil
 
Small Business Set-Aside
N/A
 
Description
OFFER MUST BE SUBMITTED THROUGH THE DSCP BUSINESS OPPORTUNITIES OFFICE, ADDRESS IN (2) AND (3) BELOW: (1) Electronic proposal submissions are not authorized. Do NOT submit an offer to the Contracting Office address or to the Contracting Officer directly. (2) Address For Handcarried Proposals (includes commercial carriers): Defense Supply Center Philadelphia Business Opportunities Office Building #36, Room #2035 700 Robbins Avenue Philadelphia, PA 19111-5092 Examples of Hand carried Proposals include: In-Person delivery by vendor, Fed Ex, Airborne, UPS, DHL, Emery, etc. (3) Address For Mailed Proposals: (Any mail sent through the U.S. Postal Service, including regular mail, certified mail, first class mail and priority mail). Defense Logistics Agency Defense Supply Center Philadelphia Post Office Box 56667 Philadelphia, PA 19111-6667 1. BACKGROUND The Defense Logistics Agency (DLA) is seeking interested parties to become Partners in the BATTNET program to actively participate in scheduled workshops, meetings, and short-term collaborative projects, for the expressed purpose of arriving at scientific and technical solutions to make significant improvements in all segments (retail, wholesale, and manufacturing) of its military battery supply chain by developing and applying innovative methods and advanced technologies. As a Combat Support Agency, DLA’s mission is to provide logistics support to the warfighter. The BATTNET program is intended to advance this essential service to our warfighters around the globe. Technical oversight of the basic Partner Contracts and Short Term Projects (STPs) for funding under this BAA will be performed by DLA. 2. GENERAL PROPOSAL INFORMATION The period of performance of the contemplated program is expected to be 7 years with a 3-year base period and four 1-year option periods, subject to availability of funds. Interested parties are required to submit a proposal consistent with the factors identified in the proposal evaluation criteria section of this BAA. The purpose of the proposal is to evaluate an offeror's qualifications as a BATTNET Partner. A STP is required from the offeror as part of the proposal, and will be technically evaluated. An offeror’s STP must be evaluated as technically acceptable for the offeror to be eligible to receive a Partner Contract. Subject to availability of funds, a total Government investment of at least $1 million per year is planned during Fiscal Years 2009-2015. This investment will be for funding of Partner Contracts and future STPs. The Government has established cost targets providing up to $25,000 per year to each Partner for participating/coordinating in the process of the overall technical strategy, management, and reporting progress. Partner Contracts are anticipated to be awarded in FY09. STPs will not be awarded/funded at time of Partner Contract award issuance. STPs will be considered for funding in FY 09 with awards anticipated in FY09/FY10. The BAA is expected to result in Partner Contract(s) for research and development services, indefinite quantity type cost contract(s) which will provide flexibility for issuing funded delivery orders for STPs. 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. DLA encourages industry, educational institutions, small businesses, small disadvantaged business concerns, and historically black colleges and universities (HBCU) and minority institutions (MI) to submit proposals under this BAA. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research in this technology. For purposes of this acquisition, the small business size standard is 500 employees and the North American Industry Classification System (NAICS) is 541710, Research and Development in the Physical, Engineering, and Life Sciences. 3. PROGRAM INFORMATION BATTNET is a “community of practice” engaging research Partners with the diverse collection of government agencies and programs that oversee and administer the development, production and distribution of military batteries. All of the participants meet at regularly scheduled workshops. They work collaboratively to identify problems and needed improvements and to define solutions. Research solutions are demonstrated and implemented through STPs conducted by a collaboration of Partners and overseen by the appropriate government representatives. 4. BATTNET STRUCTURE: The BATTNET program is made up of Partners who participate in workshops and engage in STPs under the oversight of the Government Steering Group (GSG). STP development and reviews are performed at BATTNET Workshops. A. PARTNERS DLA contemplates awarding up to 10 Partner Contracts as the result of this BAA. The period of performance of the Partner Contract is expected to be 7 years with a 3-year base period and four 1-year option periods. Partners chosen to participate will receive an estimated amount of up to $25,000 per calendar year for authorized travel and related costs to attend and actively participate in BATTNET workshops and other Government sponsored meetings. All Partners shall be required to attend BATTNET sponsored meetings. Each Partner is required to bring specific technical expertise that lends itself to significant improvements of the battery industry’s ability to meet DLA and warfighter battery supply chain needs. The focus of BATTNET is for all Partners to actively and continuously assist DLA in improving its ability to meet/exceed a varying range of military requirements through research, development, and technology transfer efforts as they apply to batteries and related industries. B. GOVERNMENT STEERING GROUP (GSG) The GSG oversees all BATTNET activities. It is made up of government representatives from the Air Force, Marine Corps, Navy, Army, Missile Defense Agency (MDA), and Defense Logistics Agency. Membership may change over time to reflect the needs of the warfighter. C. WORKSHOPS AND MEETINGS The BATTNET Partners and the GSG meet a minimum of four (4) times a year at workshops to review ongoing STPs, identify new areas for BATTNET investment, review proposed STPs, review BATTNET procedures and processes, keep abreast of new technologies, and understand DLA and Service battery needs and requirements. Additional BATTNET meetings may be scheduled as needed. D. SHORT TERM PROJECTS (STPs) BATTNET research is done through the award of STPs that develop and adapt modern processes to be implemented within the battery supply chain to assure the prompt and sustained availability, quality, and affordability of batteries. STPs have an expected duration of 18-24 months and an average funding level of $100K-$250K per year. All STP proposals are required to include a business case, developed in advance, with specific metrics for success as well as a predicted return on investment (ROI), where applicable. All BATTNET STPs shall have one or more Partners and a government sponsor to assure that: 1)All BATTNET STPs shall be fully documented; 2)All projects shall have the potential for implementation/transition; and 3)All projects shall address a specific DLA/DOD need. 5. EVALUATION CRITERIA It is the Government's intention to award Partner Contracts based upon proposals that demonstrate knowledge, experience, and expertise in the areas of interest identified below. Proposals must be evaluated as technically acceptable under the criteria listed below to be eligible for a Partner Contract. The Partner proposal must demonstrate an understanding in one or more of those areas of interest, or an area directly related to but not listed. The proposal should include novel approaches that are practical to implement; i.e., it is practical for DLA to affect internal methodology or provide R&D funding for specific technical efforts, but it is not practical to change laws or policies of agencies outside of DLA. The Government plans to issue Partner Contracts to offerors submitting proposals that offer the most benefit to the Government. Teaming is acceptable. Proposers should provide full contact information for all team members. Only proposals that fully comply with the Federal Acquisition Regulation (FAR) will be considered. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. To be eligible for award of a Partner Contract, an offeror must have an adequate accounting system for a cost type contract, be determined technically acceptable in the Technical Proposal evaluation, and be determined responsible. For additional information and guidance concerning qualifications and standards for responsibility of prospective contractors, please refer to Part 9 of the FAR. The Government reserves the right to award Partner Contracts to all, some, or none of the offerors. In addition, the award of a Partner Contract does not imply that the STP submitted will be funded or implemented after the Partner Contract is awarded. STP awards will occur only after review and evaluation by the BATTNET participants at scheduled workshops. The below evaluation criteria will be used for the Partner Contracts (which includes the required initial STP) and for evaluation of STPs proposed during the life of the contract (including any option term periods exercised). Technical merit is more important than cost. As proposals become more technically equal, as a result of the evaluation process, cost/cost realism becomes more important in the selection of Partners. The Government plans to issue Partner Contracts to offerors submitting proposals that offer the most benefit to the Government. Evaluation of proposals shall be accomplished through a detailed review of each proposal, using the following criteria listed in descending order of relative importance: A.POTENTIAL CONTRIBUTION AND RELEVANCE TO DLA'S MISSION: •Demonstrate an understanding of the DOD Battery Supply Chain and how the proposed solution compares with ongoing efforts. •How the proposed work will benefit DLA/DOD and improve life cycle logistics support to the warfighter. B.OVERALL SCIENTIFIC AND TECHNICAL MERIT •Degree of innovation and the soundness of the technical concept. •Offeror’s awareness of the state of the art and understanding the scope of technical effort needed. •Applicability of offeror’s technical capabilities that support the proposed effort and the expertise of key personnel. C.PAST PERFORMANCE •The technical proposal must provide information on past performance and evidence of previous technical expertise, experience, and implementation of the proposed approach. D.RESEARCH & DEVELOPMENT (R&D) PROJECT MANAGEMENT EXPERIENCE •Proposals must provide information which reflects R&D project management experience, demonstrates effective management, and demonstrates effective execution of programs. E.COST REALISM •The extent to which the proposed costs are deemed realistic. •The Offeror must ensure that its cost accounting system meets the requirements of the Government’s Cost Accounting Standards. If a recent Government audit was performed that provides verification, request Offeror provide the date and details of the audit results as relates to cost accounting system adequacy to meet Cost Accounting Standards requirements. 6. PROPOSAL FORMAT Each Offeror must submit a full proposal and submission shall be in hard-copy format only. To be considered, each proposal must: •Clearly reference Solicitation Number BAA 06-0008. •Include one original and eight copies of the Technical Proposal. •Include one original and one copy of the Cost Summary Proposal. •Be delivered to the Business Opportunities Office (AKA as the DSCP Bid Officer) identified on or before the time/date set for proposal submission. The Government reserves the right to select for Partner Contract award all, some, or none of the proposals received. 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 or fax is preferred. (Proposals may NOT be submitted by email or fax; any so sent will be disregarded.) Both a Technical Proposal and a separate Cost Summary Proposal shall be submitted in response to this BAA. Technical proposals are NOT to include any pricing information. Each is to be clearly marked. •Technical Proposal submitted in response to this BAA shall be limited to fifteen single-sided, 8.5“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. The type on the page is to be single-spaced with one-inch margins all around. Type font shall be 12 point, Times New Roman •Cost Summary Proposal is to be single-sided, 8.5“ x 11“ pages, single-spaced, with one-inch margins around the page. Type font shall be 12 point, Times New Roman. There is no limit on the number of pages for the Cost Summary Proposal. 7. TECHNICAL PROPOSAL The Technical Proposal shall contain the following sections: Section I: A. Cover Page: (1) BAA number; (2) Proposal Title; (3) Offeror’s Technical Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; (4) Offeror’s Administrative/Contracting Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; and (5) 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 with signature. Section II: Executive Summary: An Executive Summary of the offeror's entire proposal is required. This summary 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. Section III: Detailed Proposal Information: A. Proposed STP – Offers shall propose a STP to include problem statement, scope, proposed benefits, technical approach, deliverables, schedule, and transition plan. Address the applications of the technology, process or concept. State the battery(s) and weapon system affected, in the scope. Identify battery(s) by NSN (national stock number), specification, or part number. Areas of Interest are in Section 9, below. B. Past Performance and Scientific/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. C. Related Equipment and Facilities - Offerors shall include a summary of all equipment and facilities which may contribute to the capabilities of the BATTNET should the offeror be selected as a Partner. D. Research and Development (R&D) Project Management Experience – Offerors shall provide evidence of experience in the management of R&D projects similar to the work required in the BAA. Offerors shall provide evidence of how the contract shall be managed and how it will ensure performance stability and reliable customer service and commitment to DLA and BATTNET for the duration of the contract performance period. Specifically, offerors shall identify key personnel in the following areas: Project coordinator permanently assigned to the contract; primary BATTNET Partner representative to attend meetings workshops and related BATTNET functions; other personnel with relevant qualifications and experience. Offerors shall address how this R&D project management structure shall relate to the future submission and performance of STPs. 8. Cost Summary Proposal for the Proposed STP - The cost summary proposal will include all of the cost information related to the proposed STP, including: Direct Labor - Individual labor categories or assigned persons with associated labor hours and unburdened direct labor rates. Explain your forward pricing agreement and/or escalation rate plan. 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. 9. AREAS OF INTEREST: There are ten initial areas of interest listed alphabetically. Initial Thrust AreasPotential Approaches AutomationLine automation, real time testing of cells and stacks, LEAN, cost/benefit analysis for manufacturers that currently provide batteries. Battery MaintenanceEnsuring charged, high quality batteries are provided to the user. Compensate for reduced numbers of battery shops that historically supported battery maintenance. Competition & Contracting RequirementsPropose changes to doctrine, process, contracting, or company practices that will improve sustainment of domestic industrial base that can economically support military needs in peace and conflict. Consider barriers to entry, quality of sources, restricted foreign sources, etc. Diminishing Manufacturing and Supply (DMS)Domestic sources of supply, including materials, components and cells/battery. Approaches to obsolescence solutions. Procurement incentives. Life time buys. Predictive tools for management of obsolescence issues, to predict impact of diminishing sources on buys. Lithium Battery SafetyElectrolytes, testing, cathode material, and electronics management. Reducing acquisition costsIdentify/quantify government acquisition requirements that add costs, and recommend achievable alternative processes for battery companies and DLA; packaging, markings, handling, shipping, hazardous materials, etc. Propose near term workable solutions. Shelf LifeIdentify/quantify processes that impact product "freshness", and recommend achievable processes/doctrine to improve product received by customers in the field. Target fully charged batteries delivered to customer. Supply Chain LogisticsReducing transport time. Tracking of assets. Provide visibility of battery logistics issues. Reduce logistics costs. Surge/sustainmentPropose changes to doctrine, process, contracting, or company practices that will improve sustainment of domestic industrial base during peace yet allow quick ramp up of supply to support military needs in peace and conflict. Consider automation, cross training, production lines that can be converted from commercial to military needs, etc. Technology Transition/InsertionIdentify barriers to standardization and technology insertion that the government can improve, that do not require changes to law. Provide proposals for improving battery commonality, technology, interfaces, form-fit-function. 10. The Government will not be liable for expenses incurred by an offeror prior to contract award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81c47d3cde188984537c84912e0df473&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility and various workshop locations., United States
 
Record
SN01681023-W 20080926/080924223806-81c47d3cde188984537c84912e0df473 (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.