Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

A -- Broad Agency Announcement (BAA) FY 2010 Emergent Research and Development Requirements

Notice Date
4/12/2010
 
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, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
BAA0003-10
 
Archive Date
4/27/2011
 
Point of Contact
John Dormer, Phone: 215-737-2284, Angela E. Mattox, Phone: 703-767-6676
 
E-Mail Address
john.dormer@dla.mil, angela.mattox@dla.mil
(john.dormer@dla.mil, angela.mattox@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice constitutes a combined synopsis/ Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation 35.016 Broad agency announcement, as supplemented with additional information included in this notice. No formal solicitation will be issued. Only the information provided in this notice is available. Requests for same shall be disregarded. It is intended that this BAA be open for a period of one year from the date of publication. 1. BACKGROUND The Defense Logistics Agency (DLA) Logistics Research & Development (R&D) Branch is charged with conducting research and development in all areas relevant to the DLA mission and across all DLA supply chains. DLA defines its current R&D requirements each year and seeks funding for them through the Department of Defense’s Program Planning, Budgeting and Execution (PPBE) process. These planned-for requirements produce a robust logistics R&D program addressing areas such as energy readiness, combat rations, uniform manufacturing, shelters, casting and forging, weapon system sustainment, medical logistics and electronics availability. Despite these ongoing efforts, other R&D requirements arise each year that could not have been anticipated and were not budgeted. DLA’s need for this “Emergent (R&D) Requirements BAA” stems from the appearance of these unplanned-for R&D requirements that are not addressed by the PPBE process. Most of these requirements are in the form of additional research areas (beyond those funded by DLA’s President’s Budget request) added by Congress to the DLA R&D appropriation each year. Other emergent requirements come from DLA in the course of the year. These requirements can address virtually any logistics-related R&D topic and each year generally presents a mixture of new projects and new funding on prior years’ congressionally directed efforts. 2. AREAS OF INTEREST The particular emergent requirements that are the subject of this BAA are: (1) Energy (a) Exploring the use of various biofuels feedstocks in jet and other mobility fuels and examining the impact of introducing biofuels into the current jet fuel delivery stream. (b) Development of modular and transportable advanced hydrogen-based energy storage systems that can be adapted to forward operating bases. Particular interest exists in reconfigurable fuel cell and storage systems that are integrated with photovoltaic hydrogen generation capability. (c) Evaluating new technology that converts waste to fuel and is scalable to a mobile unit prototype with the result of using waste feedstock to generate fuel for forward operating bases that is compliant with the Energy Independence and Security Act of 2007. (d) Advancing existing research technologies in carbon capture and sequestration for the future production of coal-based jet fuels for the Department of Defense (DoD). Efforts in this area of interest should be directed to determining the feasibility of DoD applying these technologies through study and expert examination with respect to DoD requirements and include a plan for the coordination and execution of projects to demonstrate promising technologies. (2) Sustainment and Related Manufacturing (a) Developing, testing, and applying new techniques to accelerate their adoption by small and medium sized firms of sustainable manufacturing techniques and their ability to manufacture “green products.” (b) Providing services including training and one-on-one assistance to small manufacturing firms either (i) that are located in the state or region in which the proposer is located or (ii) that are characterized by the Small Business Administration (SBA) as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to upgrade capabilities to supply parts to DoD. Services may include enhancing their reverse engineering capabilities, including developing acceptable technical data packages. Training or assistance that is duplicative of services available from the DoD Procurement Technical Assistance Cooperative Agreement (PTAC) Program as described at http://www.dla.mil/db/ptap.asp and http://www.aptac-us.org/new/ are discouraged. (c) Applications of existing logistics, engineering, and manufacturing decision support tools, expertise, and technologies to identify and resolve weapon systems support challenges at low cost. (d) Developing and demonstrating automated parts ordering tools based on Interactive Electronic Technical Manuals (IETMs) that allow a technician to requisition parts interactively from the IETM by capturing application data from the IETM and supplying that data to ordering systems and other authoritative sources. (3)Distribution and Reutilization Operations (a) Technologies to improve the velocity, visibility, and value of distribution services provided by the agency, through its Defense Distribution Center (DDC) field activity, to the military services. (b) Technologies to improve the effectiveness and return on investment for the reutilization services provided by the agency, through its Defense Reutilization and Marketing Service (DRMS) field activity, to the military services in the 2050 timeframe. (c) University-led efforts to study and develop Radio Frequency Identification (RFID) technologies for use in defense logistics applications. 3. GENERAL PROPOSAL SUBMISSION INFORMATION DLA requests interested parties to submit an initial synopsis, commonly referred to as "white paper." White papers may be based on fundamental R&D; concept formulation; assessment of system and subsystem requirements and processes; development, analysis and evaluation of concepts, systems and subsystems; development of associated industrial capabilities support techniques and processes; development of associated manufacturing techniques and processes; modeling and simulation; simulation-based acquisition; integrated data environments and product data managers; and development of operational systems. Any responsible source capable of satisfying the Government's needs may submit a white paper which shall be considered by DLA. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit white papers and join others in submitting white papers; 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. 4. WHITE PAPER PREPARATION INSTRUCTIONS (a) White papers may be submitted at any time prior to expiration of the BAA. Offerors may submit white papers via email to the following addresses: 1. John.dormer@dla.mil or regular mail to the following address: Mr. John Dormer, DLA Contracting Service Office – Philadelphia, 700 Robbins Avenue, Philadelphia, PA 19111. 2. Angela.mattox@dla.mil or regular mail to the follow address: Ms. Angela Mattox, DLA Contract Services Office (DCSO-H), 8725 John J. Kingman Rd., Ft. Belvoir, VA 22060-6221. (b) The white paper shall not exceed 5 pages. The white paper shall include a title, BAA number, offeror name, area of interest, technical description of the effort, identification of risks, project duration, preliminary schedule, and approximate cost. A brief abstract with information explicitly pertinent to the proposed work must be provided in the white paper. The items listed below must be address in the white paper. (1) Overall Scientific and Technical Merits of the Proposed Effort: Offerors shall propose a project that includes: (a) The improved logistics capability to be established, expressed in terms of outcomes that are important to the Logistics Support process; (b) Clear description of problem being addressed and tasks to be performed and deliverables to be provided; (c) Realism of (a) and (b) above. (2) Potential Relevance and Contributions to the Area of Interest: Offerors shall propose a project that (a) address the applications of the technology; and (b) how the technology will address long and short term needs of the Department of Defense and the expected benefits. (3) New and Creative Solutions, Technical Data and Computer Software: Offerors shall propose new and creative solutions to technical issues important to the area of interest. Offerors shall address any technical data or computer software that may be developed under the proposed effort and whether delivery to the Government will be with unrestricted rights. (4) Experience/Past Performance: 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. Offerors shall provide the two 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 two (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. (5) 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 this project for the duration of the contract performance period. Offerors shall provide information pertaining to the qualifications, capabilities and experience of the proposed principal investigator, team leader or other key personnel with relevant qualifications and experience that is critical in achieving the proposal objectives. (6) Cost Information: Offerors shall provide a rough estimate of all of the costs related to the project task including direct labor and indirect costs. Offerors proposing cost sharing must clearly explain the portion of the cost proposed to be absorbed by the offeror and the expected substantial compensating benefits. 5. EVALUATION FACTORS The white paper and any proposal received will be evaluated using the evaluation criteria below. These criteria are listed in descending order of importance, and the non-price factors, when taken together, are significantly more important than price. Factor 1: Overall Scientific and Technical Merits of the Proposed Effort: Will be evaluated for the degree to which the proposed effort improves logistic support Factor 2: Potential Relevance and Contributions to the Area of Interest: Will be evaluated based on the degree to which the propose technology meet short and long term needs of DoD and provide a benefit to DoD. Factor 3: New and Creative Solutions, Technical Data and Computer Software: Will be evaluated based on the degree to which new and creative solutions to technical issues important to the area of interest are proposed as well as the degree to which technical data or computer software developed under the proposed effort are to be delivered with unrestricted rights. Factor 4: Experience/Past Performance: Will be evaluated based on the degree to which the capabilities, related experience, facilities, techniques or unique combinations of these that are integral factors for achieving the proposed objective will successfully accomplish the area of interest. Factor 5: Organizational and Project Management: Will be evaluated based on the degree to how the contract shall be managed, how the proposed organizational structure will ensure performance stability and reliable customer service, and the degree to which the proposed key personnel will successfully accomplish the objectives within the area of interest. Factor 6: Cost Realism: The cost realism will include a rough estimate of all of the cost information related to the Project Task, including direct labor and indirect costs. A cost realism analysis will be performed in accordance with FAR 15.404-1(d). Realism will be based on an evaluation of the offeror’s cost estimate to determine whether the estimated cost elements are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the offeror’s white paper. 6. WHITE PAPER SELECTION The Government may select white papers that are most promising for further consideration. White papers for non-innovative, marginal improvements are inappropriate under BAA authority will receive no further consideration. 7. TECHNICAL AND COST PROPOSALS The Government reserves the right to request full technical and cost proposals from any, all, part of, or none of the offerors submitting white papers. Any such request for full technical and cost proposals does not guarantee award. Decisions to select fund selectable proposals will be based on funds availability and the merits of the proposals. Additionally, to be eligible for a potential award of a contract, all prospective offerors must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems under cost type contracts, ability to comply with performance schedules, prior record of past performance, integrity, organizational structure, experience, operational controls, technical skills, facilities and equipment in accordance with FAR Part 9. Selectable proposals may be considered for funding up to a five-year period. Note: While it is the Government’s intent to issue a cost plus fixed fee, cost or cost sharing type contract for selected proposals, the Government reserves the right to award a fixed price contract when it is determined to be in the best interest of the Government. Note: Evaluation factors cited in Section 5 will be used to evaluate full technical and cost proposals. 8. SMALL BUSINESS/SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN Large Business concerns will be required to submit a Small Business/Small Disadvantaged Business Subcontracting Plan if their white paper is selected for further consideration. For purposes of this acquisition, the size standard for Small Business is fewer than 500 employees. 9. CORRESPONDENCE All correspondence and questions on this BAA, including request for information on how to submit a white paper, should be directed to John Dormer at john.dormer@dla.mil and angela.mattox@dla.mil. Please reference BAA number BAA 0003-10 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/BAA0003-10/listing.html)
 
Record
SN02119335-W 20100414/100412234825-5c6b869f457ca33601440efc3d9ce53e (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.