Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

A -- Broad Agency Annoucement utilizing new, unique, and innovative technologies for the the US Army Aviation and Missile Research, Development and Engineering Center, Weapons Development and Integration Directorate

Notice Date
8/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-10-R-0120
 
Response Due
5/6/2015
 
Archive Date
7/5/2015
 
Point of Contact
Lisa Duncan, 256-842-7408
 
E-Mail Address
ACC-RSA - (Missile)
(lisa.d.duncan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of amendment 3 to BAA W31P4Q-10-R-0120 is to re-post the BAA information and change the point of contact for questions and additional information from Lisa Duncan at lisa.d.duncan@us.army.mil to Sharon Cook at Sharon.Cook@us.army.mil. As a result of this change the BAA is reposted as follows: Using the Broad Agency Announcement (BAA) process, the US Army Aviation and Missile Research, Development and Engineering Center (ARMDEC), Weapons Development and Integration Directorate (WDI) is interested in receiving summary concept papers, and subsequently upon express request by the Government, formal proposals from offerors capable of satisfying Government requirements for research and development in the area of experimental and theoretical development utilizing new, unique, and innovative technologies to advance the capabilities in WDI for the following technology areas: 1. Sensor technologies - including, but not limited to: (a) Radio Frequency (RF) Technologies, RF sensors, RF missile seekers and radars. (b) Infrared Technologies (IR) (c) Laser Technologies (d) Image and Signal Processing Technologies, including but not limited to RF Networks, RF Data and Guidance Links, Target and Background Modeling, Auto-trackers and Target Acquisition (e) Navigation Technologies (f)Applied Sensor Technologies in areas such as Air Defense Technologies, Land Combat Technologies, Active Protection Systems, Counter Rockets, Artillery and Mortars (RAM), Surveillance Technologies, Threat Warning, Counter Improvised Explosive Devices (IEDs), Guidance, Weapons Cuing, Air and Ground Vehicle Survivability and other applications (g) Sensor/Data Fusion and Target Discrimination, and (h) Innovative Sensorball Technologies. 2. Target Acquisition. 3. Laser Radar - including, but not limited to: (a) Laser Radar Technologies, (b) Eye-safe Laser Technologies. 4. Anti-Tamper Technologies. 5. Controls Technologies - including, but not limited to: (a) Thrusters, (b) Thrust Vector Control, and (c) Actuators. 6. Computer Technologies - including, but not limited to: (a) Innovative Graphics Technologies, (b) Video Mosaic Technologies, (c) Intelligent Decision Aids, (d) Advanced Operator System Interfaces, and (e) Other Applicable Computer Technologies. 7. Electronic Technologies. 8. Nanotechnology for Aviation, Missile, and Space Applications - including, but not limited to: (a) Nanoscale Materials Synthesis and Characterization Tools, (b) Coatings and Composites, (c) NanoElectroMechanical Systems (NEMS) and Nano Electronics, (d) Nano Optical Devices, (e) Nano Energetics, and (f) NanoScale Sensor Technologies. 9. Weapon Technologies - including, but not limited to: (a) Laser and Other directed Energy Sources and Applications, (b) Warhead, (c) Fuzing, (d) System Effectiveness, Active Protective Systems (APS), and Counter Active Protection Systems (CAPS), (e) System Integration and Design, and (f) Insensitive Munition. 10. Missile Launcher Technologies - including, but not limited to: (a) Innovative Rail Technologies and (b) Innovative Launcher Electronic Assembly (LEA) Technologies. 11. Innovative Technologies - including, but not limited to: (a) Material Plasma Processing, (b) Pulsed Power, Energy Conversion, and Thermal Management, (c) Unique and Chaotic Waveform Applications, (d) Advanced technologies Prioritization and Application, (e) Platform/Weapon Integration Technologies, (f) Optionally Piloted Aircraft Technologies, (g) Innovative Unmanned Systems Technologies to include: Payload Integration Technologies, and including but not limited to Reconnaissance, Surveillance, and Target Acquisition, (h) Innovative Test and Evaluation Technologies, and (i) Optical and RF Metamaterial Substrates. 12. Missile Component Technologies - including, but not limited to: (a) Smaller/Lighter/Reduced-cost Seekers and Guidance Electronics and (b) Strap-down and Gimbaled Sensor Platforms. 13. Hypervelocity Missile Technologies - including, but not limited to: (a) Enhance all components of propulsion systems, (b) Enhance lethality of weapon systems, (c) Innovative guidance and control technologies, (d) State-of-the-art techniques for integration and fuzing of guidance and controls components with other missile functions, (e) Advance modeling and simulation tools, (f) Platform Implementation, and (g) Fire Control System Design. 14. Close Combat Weapons-Sensor Networking Technologies. 15. Non-Lethal Technologies - including, but not limited to: (a) Payload delivery system for non-lethal target engagement (b) Non-lethal payloads including solutions for vehicle stoppage/anti-materiel, solutions for anti-personnel, and selectable lethality devices for escalation of force. 16. Advanced Structures/Materials and Processing Technologies - including, but not limited to: (a) Processing of advanced materials for military applications, (b) Liners and expulsion systems for composite-overwrapped gas bottles and expulsion tanks, (c) Enhanced survivability of composite-cased rocket motors, and (d) Filament winding resin systems for elevated temperature applications. All development activities related to this BAA are subject to the International Traffic in Arms Regulations (ITAR). Performance will require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act, Executive Order 12470, and/or DOD Directive 5230.25. This acquisition is not open to foreign firms, including any subcontracting effort under this BAA. Any contractor or subcontractor considering this BAA is advised that foreign national employees are prohibited from participating or working under this effort. Foreign Nationals (as known as foreign persons) means any person who is not a citizen or naturalized citizen of the US, a lawful permanent resident; or a protected individual as defined by 8 U.S.C. 1324b (a)(3). Research proposals are sought from educational institutions, nonprofit organizations, and public or private organizations. Awards will not be made to individuals. Other government agencies and Federally Funded Research and Development Centers are not eligible to submit proposals under this BAA or participate as team members under proposals submitted by eligible entities. Historically Black Colleges and Universities and Minority Institutions are encouraged to participate in the research program, either as the lead research entity or as a member of a team. However, no specific funds are set aside for HBCU/MI participation. The application process for this BAA includes three stages as follows: Stage 1- Prospective proposers should submit concept papers prior to the submission of a complete, more detailed proposal. Concept papers should follow the format, content and submission criteria outlined in this notice. Stage 2- Interested offerors will be contacted within 120 days to submit full proposals. Unsuccessful offerors will receive notification of the results of their concept paper review within 120 days. Concept papers and proposals will not be returned. Unsuccessful offerors are eligible to resubmit. Stage 3- Contractors will be required to verify the accuracy of your Dun & Bradstreet registration at the D&B website http://fedgov.dnb.com/webform before registering with the Central Contractor Registration (CRR) at http://www.ccr.gov. Prospective offerors must be registered in CCR prior to award. In Stage 1 the offerors should submit a summary concept paper for evaluation. Concept papers must be emailed directly to the point of contact identified at the end of this announcement. Concept papers should address the required content and adhere to the format detailed below to be considered for Stage 2. 1. Concept Paper Format: (a) Single PDF or Word formatted file as an email attachment. (b) Page Size: 8 x 11 inches. (c) Margins: 1 inch. (d) Spacing: single. (e) Font: No smaller than Times New Roman, 12 point. (f) Number of Pages: No more than seven pages single-sided, not including a cover page, definitions and references. White papers exceeding the page limit will not be evaluated. (g) All pages shall be numbered consecutively. 2. Concept Paper Content. All sections below shall be included in the page count except as noted: (a) Cover page including White Paper Title, BAA Number and Title, Number and title of Topic(s) and subtopic(s), Date of Submission, Principle Investigator Name, Organization Name, Mailing address, Email address, Phone number(s), (Include Fax if available). This section falls outside the White Paper page count. (b) Executive Summary: The executive summary should briefly summarize the proposal in less than two single spaced pages with Times New Roman 12 pt font. It should address the following questions in bulleted format: (1) What is the problem or need? (2) What motivates the activity and approach pursued? (3) What are the goals of the proposed activity? Address each goal. (4) What are the specific activities proposed to accomplish the goals? (5) What are the current state-of-art and the limits of current practice? (6) How will the limitations be removed and improve performance? By how much? (7) What has the offeror/team achieved previously and how? (8) If program is successful, how will the program outcome benefit the government and/or commercial sector? (9) How much will it cost to fully complete? (10) How long will it take (Period of Performance)? (12) What are the key outcome metrics (final results)? (c) Identification and Significance of the Problem and Opportunity: Describe the current problem or need. Describe the state-of-art and limits of current practice. Provide any appropriate background material. (d) Innovative Approach: Explain the approach to solving the problem and highlight what is new/ innovative in the proposed approach that will remove limitations in current practice and improve performance. Describe how much improvement is expected in the various issues to be addressed. Explain why these improvements are significant and to whom. (e) Feasibility of the Approach: Explain on what grounds the offeror/ team bases confidence in success. High risk approaches should be grounded on solid scientific principles. Provide technical justification as to why the proposed methods and approaches are feasible. (f) Teaming and Key Personnel: Describe the team, unique capabilities and roles, and highlight key performers in each group or institution. Biographies are not necessary at this stage unless for key researchers, and no more than three lines for each should be provided. (g) Facilities/Equipment Available for the Project: Briefly describe the facilities and equipment available and required for the project, including computational and experimental resources. (h) Current and Pending Support: List any previous or existing contracts awarded to do the same or similar work. Provide any details that are important for consideration. A detailed disclosure will be required in the full proposal. (i) Cost Proposal: Prepare a budget and enter the total funds requested each year. (j) Definitions: Define all acronyms and symbols in the document. This section falls outside the White Paper page count, not to exceed 1 page. (21) References: Use standard AIP or IEEE formatting. This section falls outside of the White Paper page count, not to exceed 1 page. 3. Concept Papers Evaluation: The concept papers will be distributed by the Contracting Officer Representative (COR) to the appropriate Government Subject Matter Expert (SME) for a peer review and evaluation. The COR will be responsible for sending the evaluations to the AMRDEC Acquisition Office every 60 days, or before if a formal proposal is desired. The Contracting Office will provide notification to the contractors whether or not their concept paper was selected for formal proposal within 120 days after receipt of the concept paper. All concept Papers received will be evaluated by a peer review. The evaluation of concept papers will be based on overall scientific and technical merit, effectiveness of the work plan, relevant experience and expertise, the relevance to AMRDEC mission and program goals, cost reasonableness, and funds availability. The overall scientific and technical merit is significantly more important than relevant experience and expertise and relevance to AMRDEC mission and program goals followed by effectiveness of the work plan and cost reasonableness. AMRDEC will base the technical merit evaluation on the contractor's demonstrated capability and competence in categories that include: (a) innovative concepts for the proposed technology analysis and design; (b) availability of required resources (equipment, laboratories, etc....); (c) experience and expertise with production disciplines that have been acquired through a combination of previous contract experience and contractor research and development programs. Any proprietary data or material submitted should be clearly identified as proprietary in nature. Contractors are not authorized to submit a formal proposal unless expressly requested to do so by the Contracting Office. This announcement is an expression of interest only and does not commit the Government to make any contract award or obligate Government funds to pay for response preparation costs. The cost of proposal preparation or response to this BAA is not considered an allowable direct charge to any resultant contract or any other contract. Interested parties should be alert for any BAA amendments that may be published. Contractors are not authorized to submit a formal proposal unless expressly requested to do so by the Contracting Office. This announcement is an expression of interest only and does not commit the Government to make any contract award or obligate Government funds to pay for response preparation costs. The cost of proposal preparation or response to this BAA is not considered an allowable direct charge to any resultant contract or any other contract. Interested parties should be alert for any BAA amendments that may be published. In Stage 2 of the BAA application process, the interested offerors will be contacted within 120 days to submit full proposals. Interested offerors should ensure they propose in accordance with the following format and content: 1. Proposal Format. (a) Paper size when printed-8.5 x 11 inch paper, (b) Margins: 1 inch, (c) Spacing-single, and (d) Font- No smaller than Times New Roman, 12 point. (e) shall not exceed 30 pages, except where noted. 2. Proposal Content. (a) Proposals may possess the following focus by phase and year. Phase 1- Years 1-2: Establishment of theory concept, and proof- of-principle demonstration; Phase 2- Years 3-4: Further development of a concept or advance theory, produce a functioning prototype, and perform validation testing on prototype; Phase 3- Year 5: Optimization of Phase 2 prototype, relevant environmental testing, and manufacturing plans and commercialization strategy. The length of the Phases are anticipated to vary due to research topic and technical plans in the proposal. (b) Executive Summary/Abstract- same requirements and format as the executive summary for the concept paper. This section falls outside the proposal page count. (c) Identification and Significance of the Problem and Opportunity: Describe the current problem or need. Describe the state-of-art and limits of current practice. Provide any appropriate background material. (d) Innovative Approach: This section is the centerpiece of the proposal and should describe the uniqueness and benefits of the proposed approach relative to the current state-of-art alternate approaches. Explain the approach to solving the problem and highlight what is new/ innovative in the proposed approach that will remove limitations in current practice and improve performance. Describe how much improvement is expected in the various issues to be addressed. Explain why these improvements are significant and to whom. Provide direct comparison to other ongoing research and indicate advantages and disadvantages of the proposed effort, assuming offeror to project the relative progress of competing approaches. This section requires a detailed description of the technical approach that includes the objectives, scientific relevance, technical approach, and expected significance of the work. The key elements of the proposed work should be clearly identified and related to each other. Proposals should clearly describe, in detail, the technical methods and approaches that will be used to meet or exceed each program milestone. (c) Feasibility of the Approach: Explain on what grounds the offeror/ team bases confidence in success. High risk approaches should be grounded on solid scientific principles. Proposals should clearly provide ample technical and justification as to why the proposed methods and approaches are feasible. (d) Technical Objective: State the objectives that serve to meet the Program Goals. Break them down into a numbered list. Provide brief statements of how objectives will be accomplished. (e) Statement of Work (SOW): Describe specifically the activities to achieve all of the technical goals, as well as technical rationale for the approaches. The SOW may include proprietary information. The SOW should include the following sections: i. Background Information. Describe any pertinent background information. ii. Objective. Provide a general description of the objective. iii. Detailed Tasks. Provide a detailed description of the approach to be taken to accomplish each defined task/activity. Break the work down into tasks and sub-tasks as appropriate. Provide the exit criteria for each task/ activity- a product, event or milestone that defines its completion. iv. Deliverables. Define all deliverables (reporting, data, reports, software, etc.) to be provided to the Government in support of the proposed research tasks/activities. Potential deliverables are listed below. v. Travel: Estimate the required amount of travel and state its relationship to the research. List the proposed destinations, length of travel, and number of people traveling. vi. Meeting Requirements: List potential technical interchange meetings, contract award kickoff meetings, and design reviews. vii. Security. All development activities related to this BAA are subject to the International Traffic in Arms Regulations (ITAR). Performance will require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act, Executive Order 12470, and/or DOD Directive 5230.25. This acquisition is not open to foreign firms, including any subcontracting effort under this BAA. Any contractor or subcontractor considering this BAA is advised that foreign national employees are prohibited from participating or working under this effort. Foreign Nationals (as known as foreign persons) means any person who is not a citizen or naturalized citizen of the US, a lawful permanent resident; or a protected individual as defined by 8 U.S.C. 1324b (a)(3). viii. Contractor Manpower Reporting: any vendors receiving contract awards will be required to comply with the Army's Contract Manpower Reporting requirements (f) Management Plan: Define both the organizations and the individuals within those organizations that make up the team, including expected duties, relevant capabilities and task responsibilities of team members, and expected relationships among members. Define any subcontractor plans. List the tasks the subcontractor will be performing. (g). Intellectual Property Plan: Describe proposed approach to intellectual property rights, together with supporting rationale of why this approach offers the best value to the Government. This section should include a list of technical data, computer software, or computer software documentation associated with this research effort in which the Government will acquire less than unlimited rights. (h) Facilities and Other Resources. Describe facilities available for performing the proposed research and any additional facilities or equipment that the organization proposes to acquire at its own expense. (j) Equipment- Provide a rationale/quote for each item of equipment requested in the budget and how this equipment will contribute to the infrastructure, and over technical objectives/goals of the proposal. (k) Budget. Provide a budget with the following sections: i. Salary Costs: For all employees/labor categories, indicate the amount of time being charged to the proposed project and show resulting costs based on current or projected salary and fringe benefits. ii. Equipment: Describe any equipment to be acquired and the basis of cost estimates. Costs should be based on recent quotations from manufacturers or distributors. iii. Materials and Supplies. Describe any material to be acquired and the basis of cost estimates. Costs should be based on recent quotations from manufacturers or distributors. iv. Travel. Estimate the required amount of travel and state its relationship to the research. List the proposed destinations and basis of cost estimates. v.Other Direct Costs: Itemize and provide the basis for proposed costs for other anticipated direct costs. Unusual or expensive items shall be fully explained and justified. vi. Publication Costs: Estimate the costs of publishing and reporting research results. vii. Consultant Services: State the planned daily consultant fee and travel expenses, the nature of the consulting effort, and the reason consultants are required to complete the effort. viii. Subaward Costs: Support the estimate of subaward work by indicating specific items or portions of the work to be subawarded, type of subaward anticipated, name of subawardee, and a detailed budget for each. ix. Equipment Rental/User Fees: Estimate anticipated direct costs such as rental for computers or other equipment and facility usage fees. Unusual or expensive items should be fully justified. x. Indirect Costs: Provide the most recent rates, dates of negotiations, the base(s) and period to which the rates apply, and a statement identifying whether the proposed rates are provisional or fixed. xi. Total Direct and Indirect Costs. (l) The following is a list of possible Contract Data Requirements that might be required when submitting a formal proposal. The frequency and type of data item will vary due to research topic and proposal content. (1) DI-MGMT-80004, Management Plan. (2) DI- MGMT-80227, Contractor's Progress, Status and Management Report. (3) DI-MISC-80508, Technical Report (Interim). (4) DI-MISC-80508, Technical Report (Final). (5) DI-QCIC-80553, Acceptance Test Plan. (6). DI-MCCR-80700, Computer Software Product End Items. (7) DI-NDTI-80809, Test/Inspection Report. (8) DI-SESS-81001, Conceptual Design Drawings/Models. (9) DI-CMAN-81248, Interface Control Document. (10) DI-ADMN-81373, Presentational Material. (11) DI-IPSC-81427, Software Development Plan. (12) DI-IPSC-81441, Software Product Specification. (13) DI-IPSC-81443, Software User's Manual. (14) DI-SDMP-81493, Program Unique Specification Document. (15) DI-ADMN-81505, Report, Record of Meeting/Minutes. (16) DI-ILSS-81523, Training Conducts Support Document. (17) DI-SESS-81704, Test Plans/Test Procedures. Offerors are cautioned that failure to follow submittal instructions may result in proposal rejection. Universities are reminded that costs for research projects conducted on behalf of the U.S. government are governed exclusively by OMB Circular A-21.The estimated project costs must be broken down for each year of the program to show the following: (1) A list of participants, not necessarily by name, showing the time and number of direct productive person hours (DPPHs) to be charged by principal investigator(s), research associates, and assistants, and the total amount per year to be paid to each from the project. For proposals from universities, the time and amou nts to be charged should be identified by academic year and summer effort. (2) An itemized list of permanent equipment showing the cost of each item. Permanent equipment is any article of non-expendable tangible personal property having a useful life of more than two years, and an acquisition cost of $500 or more per unit. (3) A general description and total estimated cost of expendable equipment and supplies. (4) Contemplated expenditures for travel with brief explanation. Travel budgets that exceed $1,500 per principal investigator per year or that include foreign travel or travel by other than principal investigators will require special investigation. (5) Other direct costs. (6) Cost for consulting services, if any, showing number of days, daily rates, and estimated travel/per diem costs. The need for consulting services must be fully justified. (7) Indirect costs indicating whether rates used are fixed or provisional, and the time frames to which they are applicable (e.g., a fixed rate may apply until a specified date, after which the rate becomes provisional). (8) The fee, if any, which the organization proposes to assess the research project. (9) Subcontracts and material costs proposed must be fully supported and documented (written quotes, engineering estimates, etc). Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), it is the policy of the Government to enable small business concerns to be considered fairly as subcontractors to contractors performing work or rendering services as prime contractors or subcontractors under Government contracts, and to assure that prime contractors and subcontractors carry out this policy. Subcontracting goals for small and small disadvantaged businesses (including HBCUs/MIs) are 32 and 5 percent, respectively. Subcontracting goals for women-owned small business are 5%, for HUBZone small business 3%, and for service-disabled veteran-owned small business 3%. These goals will be considered when proposals are submitted. Pursuant to FAR 19.708, all formal proposals over $550K that are not submitted by a small business concern will be required to submit a small business subcontracting plan with their formal proposal. The Government reserves the right to make awards without discussions with offerors. The Government reserves the right to conduct discussions if the technical monitor determines them to be necessary. Proposals will be considered having a base duration of one year, with up to four additional consecutive one-year periods. The total contract value (of each individual Contract) cannot exceed $75 million dollars and the total period of performance cannot exceed 5 years or 60 months. This time period limitation includes time for preparation, approval, and distribution of any final reports. Awards under this BAA will be made to offerors on the basis of the evaluation criteria stated above. Proposals identified for negotiation may result in a contract or other transaction agreement depending upon the nature of the work proposed, the required degree of interaction between parties and other factors. The Government reserves the right to negotiate the type of award instrument determined appropriate under the circumstances. It is anticipated that the majority of contract awards that may result from this BAA will be in the form of Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) completion and/or level of effort contracts; however, other types of awards may be made against this announcement, if deemed appropriate. Any formal proposal selection is subject to fiscal law and statutory restrictions governing the availability of government funds. Proposals will be evaluated on their own merit and not against other proposals submitted under this announcement. All concept Papers received will be evaluated by a peer review. The evaluation of concept papers will be based on overall scientific and technical merit, effectiveness of the work plan, relevant experience and expertise, the relevance to AMRDEC mission and program goals, cost reasonableness, and funds availability. The overall scientific and technical merit is significantly more important than relevant experience and expertise and relevance to AMRDEC mission and program goals followed by effectiveness of the work plan and cost reasonableness. The Government anticipates the possibility of multiple awards under this Broad Agency Announcement, although no minimum or maximum number of awards is guaranteed. The amount of resources available and number of awards under this BAA for five years of activity will depend on the quality of the proposals received and the availability of funds in the out-years. THE GOVERNMENT EXPRESSLY RESERVES THE RIGHT TO SELECT FOR AWARD ANY, ALL, PART, OR NONE OF THE FORMAL RESPONSES RECEIVED. Participants are requested to submit proposals containing information in either the unclassified or classified category, up to the Secret level. The contractor will be required to receive and store information at a classification level matching his submittal, which must fall within the categories of unclassified or classified up to the Secret level. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation, which provides for the competitive selection of research proposals as well as 35.016, which authorizes the use of BAAs for the acquisition of basic and applied research and that part of development not related to the development of a specific system or hardware procurement. In addition, FAR 35.016 allows BAAs may to be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance withthe provisions of Public Law 98-369, the Competition in Contracting Act of 1984. This BAA shall remain in effect for a period of five years from date of synopsis. Oral communications are not acceptable in response to this notice. All responsible sources may submit a concept paper which shall be considered by the agency. Concept papers must be submitted electronically to REDS.NEC.BroadAgency@conus.army.mil marked to the attention of Sharon Cook. All concept papers should include contact information along with your cage code, Taxpayer Identification number, and DUNS number. For further information regarding this solicitation, contact Sharon Cook via email at Sharon.Cook@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a73853e85fcb866d15b921a58f26aded)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02521111-W 20110805/110804000325-a73853e85fcb866d15b921a58f26aded (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.