Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

A -- Industrial Base Innovation Fund III (IBIF III)

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
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
BAA0001-10
 
Archive Date
4/20/2010
 
Point of Contact
John J Dormer, Phone: 215-737-2284
 
E-Mail Address
John.Dormer@dla.mil
(John.Dormer@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
BAA 0001-10 BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT FOR DEFENSE LOGISTICS AGENCY (DLA) INDUSTRIAL BASE INNOVATION FUND ________________________________________ POINT OF CONTACT: Mr. John Dormer, Contracting Officer Defense Supply Center Philadelphia DLA Contracting Support Office DCSO-P 700 Robbins Avenue, Building 26-1 Philadelphia, PA 19111 john.dormer@dla.mil 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). Congressional Report 111-35, page 96 states "Finally, the committee recommends an additional $30 million (changed to $20M in Conference) to continue the Industrial Base Innovation Fund program. The committee directs that DLA, jointly with the Deputy Undersecretary of Defense for Industrial Policy, continue to make investments in manufacturing research that address defense industrial base shortfalls especially related to surge production requirements and diminishing sources of defense material." http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=111_cong_reports&docid=f:sr035.111.pdf The IBIF web site is located at: https://www.dodmantech.com/ibif/. The DLA is acting on behalf of the Department of Defense (DoD) in executing the IBIF. Accordingly, all proposers are encouraged to submit proposals that will meet Congressional Direction. The scope of the IBIF program includes all of the manufacturing research supporting the Aviation, Maritime, Land and Troop Support Supply Chains. The goal of the IBIF program is to implement significant manufacturing improvements into these supply chains. Projects executed by and implemented in the lower tiers of the industrial base (i.e. component and material suppliers) are encouraged as they are viewed as more likely to achieve the IBIF goals. Subject to availability of funds, a total Government investment of about $20 million during Fiscal Year 2010 is planned to fund IBIF projects under this BAA. The expected cost limit for proposals submitted under this BAA is up to $1,000,000 per proposal 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 systems or troop support items. This BAA shall result in the award of multiple contracts. The Government contemplates award of cost type contracts. Proposals based on a type of contract other than that contemplated shall be rejected and shall not be evaluated and shall be rated as unacceptable. FAR 16.301-3 states that a cost-reimbursement contract may be used only when the contractor's accounting system is adequate for determining costs applicable to the contract. To be eligible for award of a cost contract, all prospective offerors must meet certain minimum standards pertaining to financial resources; have an accounting system approved for performing 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. Following evaluation of proposals, offerors will be notified of selection or non-selection via the Federal Business Opportunities website and the IBIF website. Offerors of selectable proposals will be notified by phone. 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). Decisions to fund selectable proposals will be based on funds availability and merits of the proposal. Proposals may be considered for funding of up to $1,000,000 for a performance period up to 24 months. The vision for the IBIF Program is to continue to make investments in manufacturing research that address defense industrial base shortfalls, especially related to surge production requirements and diminishing sources of defense material. The objective is to ensure that the industrial base on which the Department of Defense (DoD) depends is reliable, cost-effective, and responsive to DoD requirements. The IBIF program addresses production issues from system development through transition to production. Investments are driven by defense-essential needs. The Program focuses on manufacturing-related needs that exist across industry sectors as they relate to the defense industrial base. The IBIF program is focusing on the transition of technology to the defense industrial base after the development cycle. The emphasis is on improving surge capability for near-term military operations and in areas that address defense industrial base shortfalls especially related to surge production requirements and diminishing sources of defense material 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 0001-10 by 3:00 PM, local Philadelphia time on or before 5 April 2010 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 rejected and shall not be evaluated and shall be rated as unacceptable. 3. TECHNICAL AREAS OF INTEREST The primary focus of IBIF is the defense industrial base. The areas of interest align with the DOD supply chains: Aviation, Land, Maritime, and Troop Support. Supply chains are not directly correlated to a Military Service (Army, Navy and Air Force). For example, all missiles are included in the Aviation supply chain. If there is a missile related proposal, it should identify the specific missile/weapon system and the proposal's position in the supply chain (prime, subcontractor, etc) to implement the IBIF proposal results. The Troop Support Supply Chain includes Clothing and Textile Products (e.g. Uniforms, Body Armor etc.), Combat Rations (e.g. Meals-Ready-to-Eat, Unitized Group Ration, etc.), Construction and Equipment (e.g., Barrier material), and Medical (e.g, vaccine production). The technology thrusts of interest are Metals, Composites, and Electronics. The highest priority will be placed on investments made in areas that address defense industrial base shortfalls especially related to surge production requirements and diminishing sources of defense material. At lower tiers of the industrial base, it is understood that manufacturing technologies may cut across these Supply Chains or technologies; however, each offeror must identify a target implementation for the proposed technology. Proposals without a clearly identified target implementation of value to one or more of the areas of interest in the BAA will not be considered for award. A target implementation must be expressed in terms of a weapon system, weapon system component or other class of militarily significant materiel, for example, F-22, Mine Resistant Ambush Protected (MRAP)vehicle, or Body Armor system. 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; implementing dual use (capable for civil and military applications) manufacturing capability to be available to DOD during time when a surge in production is needed; and manufacturing research that addresses defense industrial base shortfalls especially related to surge production requirements and diminishing sources of defense material. 4. EVALUATION CRITERIA 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. See Section 5 for more detail. (1) Scope, metrics for measuring success, time frame for implementation and expected benefits of project implementation • Explain how the project addresses defense industrial base shortfalls especially related to surge production requirements and/or diminishing sources of defense material. • Address the target implementation of the technology (See Section 3 Technical Areas of Interest) • Explain how the proposed technology will transition to the industrial base • Address how the proposal will meet short term needs of the Department of Defense • Define and describe the metrics for measuring project success • Detail the expected benefits to the target implementation and applications beyond the initial target implementation. (2) Overall scientific and technical merit: • Soundness of the technical concept • Understanding the scope of technical effort needed (3) Past performance and scientific/ manufacturing/ technical experience: • Provide evidence of technical expertise, experience with the technologies included in the proposed approach (4) Organizational and Project Management • Show how the contract shall be managed • Show that its organizational structure can ensure performance stability and reliable customer service 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 3 of this BAA. 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. 5. PROPOSAL FORMAT PROPOSALS THAT DO NOT COMPLY WITH EACH AND EVERY FORMATTING AND PAGE LENGTH REQUIREMENT OUTLINED BELOW SHALL BE REJECTED AND SHALL NOT BE EVALUATED AND SHALL BE RATED AS UNACCEPATABLE. Submission of proposals shall be in the following format and provide the content requested within the "Technical Areas of Interest" section of this BAA. Offerors' proposals MUST be submitted in accordance with the following guidelines: • Two separate volumes consisting of: o Volume I - Technical Proposal o Volume II - Cost/Price Proposal • Volume I, Technical Proposal (15 page limit) o Shall consist of the Proposed Project and address the Evaluation Factors as contained within this BAA. • Volume II, Cost/Price Proposal (no page limit) o Shall contain cost and pricing information in support of Volume I technical project. Cost realism shall contain cost and pricing information in support of Volume I technical project. The cost proposal shall 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. • NO pricing information other than the summary of project costs required in Section 1 of the Technical Proposal shall be contained within the technical proposal. A TECHNICAL PROPOSAL and a COST 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 or MS Word compatible format. Technical proposals in response to this BAA shall be limited to fifteen (15) single sided, 8 and one-half inch by 11 inch pages, including Appendices and Attachments. Type font shall be 12 point Times New Roman with 1 inch margins around the page. If less than fifteen pages is required there is no penalty for submitting shorter proposals, as long as the offeror covers all the required material. Proposals longer than 15 pages shall be rejected and shall not be evaluated and shall be rated as unacceptable. Any cover letter, transmittal letter, introductory page, index, table of contents or anything else attached to the Technical Proposal shall be counted against the 15 page limitation. Proposals that do not comply with these requirements shall be rejected and shall not be evaluated and shall be rated as unacceptable. TECHNICAL PROPOSAL The Technical Proposal shall contain the following sections: 1. Section I: A. Cover Page: (1) BAA number; (2) Supply Chain (Aviation, Land Maritime or Troop Support) (3) Technical Thrusts (Metals, Composites or Electronics); (4) Target implementation; (5) Proposal Title; (6) Technical Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; (7) Administrative/Contracting Point of Contact, including name, telephone number, FAX number, e-mail address, and mailing address; (8) Cage code; and (9) 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. Summary of the Costs. The information contained in this section should be limited to one page. The Cover Page counts towards the 15 page limit and shall be labeled as Page One. 2. Section II: Executive Summary: An Executive Summary of the offeror's proposed project 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 system applications and the expected outcome improvement associated with the project. The information contained in this section should be limited to two pages. The Executive Summary page(s) count(s) towards the 15 page limit and shall be labeled as Page Two (and Page Three if appropriate). 3. Section III : Detailed Proposal Information: The following evaluation factors must be addressed in the Detailed Proposal Information: (1) SCOPE, METRICS TO MEASURE SUCCESS, TIME FRAME FOR IMPLEMENTATION AND EXPECTED BENEFITS OF PROJECT IMPLEMENTATION: Offeror's proposal must explicitly show how its manufacturing research project will target a specific weapon system, weapon system component or other militarily significant materiel. For the primary target implementation a point of contact (POC) must be identified in the proposal. The POC information must include name, phone number, email, and organization code and relationship to the target implementation e.g. program manager. The Contracting Officer or his/her representative reserve the option of contacting the POC to confirm implementation assertions contained in the proposal. Implementations that would benefit a single weapon system are the responsibility of system program managers and are not appropriate for IBIF funding. If offeror's proposal designates a single system or item of military materiel for the initial implementation it must also provide a specific path for implementation on other weapon systems/military materiel. For example, the BAA response may be for an implementation on the F-18, but it would also have to clearly show a path for implementation on the F-22, F-35, or other weapon system platform. Proposals should identify the tier of the industrial base which will implement the IBIF improvement and the timeframe for implementation. Prime contractors or R&D service providers, must specifically identify the project commitment, participation, and involvement by the lower tier DOD supplier. Component and material suppliers must specifically identify the project commitment, participation, and involvement by the Prime contractor and, if applicable, the Military Service Engineering Support Activity. Proposals must include POC information for organizations referenced in the proposal (see POC info above). Proposals should identify the metrics of success for the proposal and the timeframe for putting the technology into production in the target implementation. Metrics should be quantifiable and include baseline, threshold, and objective value estimates. The proposal should address how the manufacturing technology will address 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 or qualified by the Cognizant Engineering Authority. Proposal should address how the proposed technology will transition to the industrial base. The requirement is for a clearly written assessment of the need for the technology within the industrial base, the specific sectors where it will be implemented, and the expected benefits of that implementation in terms of surge production requirements and/or diminishing sources of defense material. (2) OVERALL SCIENTIFIC AND TECHNICAL MERIT: Offerers will propose a manufacturing research project that includes: (a) The improved Defense manufacturing capability to be established, expressed in terms of outcomes that are important to the Warfighter, Systems Program Office and/or Logistics Support Organization; (b) Statement of Work (SOW) written in plain English detailing 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 implementing manufacturing research projects. 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 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. Offerors are cautioned that the government reserves the right to evaluate relevant past performance not included in the technical proposal. (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. COST PROPOSAL The Cost Proposal shall be submitted in a separate document/volume. The cost of each major cost element and the make-up of those costs shall be presented in the offeror's proposal. Sufficient information shall 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 shall be included. State if there are currently negotiated DCAA rates and factors being used in the proposal. There is no page limit on the cost proposal volume. The cost proposal shall 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. Any proposal exceeding $1 million shall be rejected and shall not be evaluated and shall be rated as unacceptable. Any proposal that exceeds a 24 month period of performance shall be rejected and shall not be evaluated and shall be rated as unacceptable. Proposals submitted that include capital equipment investments shall be rejected and shall not be evaluated and shall be rated as unacceptable. For the purposes of this BAA only incidental equipment costs will be considered. 6. PRE-PROPOSAL CONFERENCE A pre-proposal conference is scheduled on 3 March 2010 at the Hyatt Dulles, 2300 Dulles Corner Blvd, Herndon, VA 20171, and 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 25 February 2010 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/BAA0001-10/listing.html)
 
Place of Performance
Address: Ft. Belvoir, VA, Ft. Belvoir, Virginia, United States
 
Record
SN02073573-W 20100226/100224234926-95d8fa7e09159be761d677e9225f2d7d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.