Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

A -- Please note this is NOT for Commercial Items but a Research and Development Broad Area Announcement for New and Innovative Ideas.

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-09-0001-2012
 
Response Due
4/6/2013
 
Archive Date
6/5/2013
 
Point of Contact
Retha Adams, 256-955-5989
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(retha.renee.adams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Please note this is NOT for Commercial Items but a Research and Development Broad Area Announcement for New and Innovative Ideas. BROAD AGENCY ANNOUNCEMENT BAA W9113M-09-0001 NEW AND INNOVATIVE IDEAS FOR AIR, SPACE AND MISSILE DEFENSE TECHNOLOGY U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND/ ARMY FORCES STRATEGIC COMMAND TECHNICAL CENTER ISSUE DATE: 7 April 2012 REVISION 9: 7 April 2012 EXPIRATION DATE: 6 April 2013 (or until superseded) BROAD AGENCY ANNOUNCEMENT W9113M-09-0001 NEW AND INNOVATIVE IDEAS FOR SPACE AND MISSILE DEFENSE TECHNOLOGY 1.General a.This Broad Agency Announcement (BAA) is a competitive solicitation procedure used to obtain proposals for basic and applied research and that part of development not related to the development of a specific system or hardware procurement. The BAA is described in FAR 6.102, "Use of Competitive Procedures," and FAR 35.016, "Broad Agency Announcements." The Competition in Contracting Act (CICA) of 1984 issued as Public Law 98-369 (98 stat, 1175 et seq.) authorizes use of "general solicitations" or Broad Agency Announcements (BAAs). The use of general solicitations is limited by CICA to "basic research proposals." Contracts awarded under these general solicitations meet the "full and open" competition requirements of CICA. b.The Technical Center BAA, W9113M-09-0001 supercedes USASMDC BAAs W9113M-05-0011entitled New and Innovative Ideas for Space Science and Technology, W9113M-05-0009 entitled New and Innovative Ideas for Advanced Technology Exploitation, and DASG60-00-0005 entitled Innovative Ideas for Advanced Technology Opportunities. 2.Organizational Overview The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT, hereafter referred to as SMDC) Technical Center announces interest in receiving research, development, and technology maturation proposals with technical, management, and cost presentations. Proposals submitted should include new ideas for advanced and innovative concepts as well as prototype hardware and software for current and emerging air, space and missile defense science and technology. The Technical Center (TC) conducts space, directed energy, missile defense, cruise missile defense and related technology research and development for the Army, the Missile Defense Agency (MDA), the Joint Improvised Explosive Device Defeat Organization (JIEDDO), the Office of the Secretary of Defense (OSD) High Energy Laser Joint Technology Office, and other defense-related government agencies. Furthermore, the TC plans and executes missile defense test and evaluation programs and related analysis. The TC is interested in pursuing numerous opportunities for technical cooperation and partnerships with academia, industry, and international organizations. 3.Invitation to Submit Proposals a.SMDC is interested in receiving proposals for the basic and applied research efforts described under this BAA. This announcement is an expression of interest only and does not commit the Government to make any award or to pay for any response preparation costs. The cost of proposal preparation for response to a BAA is not considered an allowable direct charge to any resultant contract or any other contract; however, it may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. b.Certain proposals are not appropriate under this BAA and are not desired. Engineering and technical services proposals are not appropriate. These usually involve applying effort toward a broadly identified task, often on a level-of-effort basis, rather than delivery of an end item such as a final report. This BAA seeks proposals for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding. Proposals related to the development of a specific system or to satisfy specific hardware/software requirements are also not appropriate. A determination of appropriateness will be made as part of the BAA submission screening process. c.Awards under this BAA are expected to take the form of contracts. The North American Industry Classification System (NAICS) Code is 541712 -- Research and Development in the Physical, Engineering, and Life Sciences, with a small business size standard of 1,000 employees. Technical and cost proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. Cognizant Government experts will perform the evaluation of technical proposals. Cost proposals will be evaluated by Government business professionals. d.This BAA should not be construed as a commitment or authorization to incur costs in anticipation of a contract; the Government is not bound to make any awards under this announcement. Funds may not be currently available for topics under this BAA. No contract award will be made for a topic until appropriated funds are available from which payment for contract purposes can be made. e.The BAA technique shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. Note that SMDC does not presently have inherent programmed funding for every topic area under this BAA; therefore, any awards under presently unfunded areas will depend on availability of funding, to include funding from other Government sources. f.Proposals may be submitted by any U.S. non-governmental entity, including commercial firms, institutions of higher education with degree-granting programs in science or engineering (universities), or by consortia led by such concerns, research institutions and non-profit organizations. Foreign subcontract participation will be at the unclassified level. g.SMDC encourages participation by small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, small disadvantaged businesses, HUBZone small businesses, woman-owned small businesses, and historically black colleges and universities and minority institutions. However, no part of this BAA is specifically reserved for these entities as contemplated by FAR 19.201 and DFARS 235.016. h.Interested parties should be alert for any BAA amendments that may be published. 4.Technology Areas of Interest The areas of technology research and development the TC is interested in receiving proposals in include radar, optics, interceptors, space technology, solid-state lasers, high power microwaves, material and manufacturing technology, lethality, survivability, communications, cyber warfare, information operations, kill assessment, cruise missile defense, and other air, space, and missile defense initiatives. All submissions should demonstrate potential military application. Technology proposal categories the TC is specifically interested in receiving proposals under are as follows. The areas of interest include possible subcategories of interest. The categories include capabilities and technologies to develop, integrate, and demonstrate application to the areas/categories listed. Submission of proposals for categories other than the following are not invited and will not be entertained. a.Command, Control, Communications and Computer Technologies: (1) Distributive Computing and HWIL (2) High Data Rate Communications (3) Opto-Electronic Computer Networking (4) On-Board Processing (5) Information Assurance (6) Intelligent Decision Aids (7) Advanced Operator System Interfaces (8) Algorithms and Decision Theory (9) Data Compression and Security Algorithms (10) Real-time Distributed Database Management (11) Visualization of Battlefield Information: Integrate different views of the Common Relevant Operational Picture (CROP) for improved decision-making. (12) Visualization of Course of Action (COA): Instantaneously processes updated situational awareness data & provide new operational planning doctrine & tactics as a new COA. (13) Infrastructure software to support and distribute real-time connections of multi-cast, dynamic, ad-hoc information into a global grid environment. (14) Decision-making and risk tolerance software development that prioritizes and analyses the data to comply with the commander's preferences. (15) Affordable, reliable, and accurate source of position for situational awareness in areas of GPS denied or degraded environments. b.Weapon Technologies: (1) Advanced Interceptor Concepts (2) Laser and Other DE Sources, Concepts, and Applications (3) RF and Other Advanced Warhead Concepts (4) Propulsion and Divert & Attitude Control Systems (DACS) (5) Interceptor and Kill Vehicle Structures and Components (6) System Producibility (7) Seekers (Radio Frequency and passive and active Electro-optic) (8) Image Processing (9) Guidance, navigation & control (10) Propulsion, agility and maneuverability (11) Power system and distribution (12) Guidance and signal processors (13) Inertial measurement and positioning (14) Communications (15) Nuclear and Natural Radiation Survivability (16) Warheads, fuzes, or other lethality enhancement devices (17) Structures and materials (18) Shrouds, radomes, windows, and other thermal protection devices (19) Aimpoint accuracy assessment (20) Boosters and launchers (21) Interceptor simulations, modeling, and testing (22) Avionics (23) Windows and Structures (24) Innovative Algorithm Concepts Applicable to Interceptors (25) Thermal Protection for Hypersonic Vehicles: (Materials and/or combination of materials capable of surviving or protecting flight bodies in long duration hypersonic flight environments, such as: carbon-carbon with infiltrant coatings, Si-C coatings on C-C, ultra high temperature composites and/or ceramics and other possible high temperature coatings which resist ablation between 3000 and 6000 degrees F.) (26) Data Compression & Security Algorithms Guidance & Control for Hypersonic Vehicles (27) Target Location Error (28) Other Applicable Interceptor Technologies c.Sensor Technologies: (1) Electromagnetic Technology and Radar Enhancements (2) Wide Band Gap Semiconductors (3) Organic, Polymeric, and Solid State Optical Materials (4) Missile Signatures and Aerothermochemistry (5) Optical Target Characterization (6) Optical and Photonic Component Technologies (7) Gallium Nitride Microwave Power Amplifiers (8) High Power RF Micro Electro-Mechanical Systems (MEMS) Phase Shifters (9) Sensor/Data Fusion and Target Discrimination (10) Sensor and Other Flight Test Experiments (11) Real-time Distributed Database Management (12) Chemical and Biological Agent Detection (13) Kill Assessment data collect algorithms and/or techniques (to support Kill Assessment Function) (14) Test and Evaluation Infrastructure Concepts and Technology Demonstration (15) Automatic/Aided Target Recognition (16) Detection/Discrimination of Targets in Urban Operations (17) Detection/Discrimination of Targets in Obscure Environments (18) Development of Unmanned Ground Sensor Clusters (19) Development of Unmanned Ground & Aerial Sensor Clusters (20) Sensor Integration and Miniaturization (21) Radar Photonic Technologies (22) Seismic/Radionuclide/Infrasound (23) Remote Sensing (24) Multi Spectral/Hyperspectral (25) Acoustics (26) Radio frequency (RF) (27) IR, UV, Visible (28) Laser/Laser Radar (29) Thermal Imaging (30) Data Compression and Security Algorithms (31) Multiple-Band Focal Plane Arrays/Cameras (32) Mass Spectrum Analyzers (33) Smart Sensor Suites (34) Image and Signal Processing (35) Sensor Modeling & Simulation (36) Optics and Lightweight Mirrors (37) Image Intensification (38) Communication (39) Combined Distributed Aperture Techniques and Algorithms (40) Large Phased Array Calibration and Alignment (41) Air Surveillance and Tracking (42) Sensor Cooling Techniques (Radar transmitters/receivers, Optics, Focal Plane Arrays, etc.) d. Air, Space and Missile Advanced Technologies: (1) Advanced Material Processing and Manufacturing Technology (2) Pulsed Power, Energy Conversion, and Thermal Management (3) Energetic Material Systems (4) Advanced Control Systems (5) Critical Technologies for Airborne Sensors and Weapons (6) Lean Manufacturing and Systems Producibility (7) Systems Logistics, Maintainability, and Sustainability Concepts (8) Cyber warfare (9) Counter Rockets, Artillery, and Mortars (10) Improvised Explosive Device Defeat (11) Sensor, communication, and weapon systems based on unmanned cooperative robotic systems e.Space Force Enhancement: (1) C4ISR across multiple echelons (2) Civil/commercial/foreign national space assets integration/interoperability (3) All weather early warning (4) Exploitation of space based imagery (5) Produce theater task able imagery immediately available to the Warfighter (6) Kill Assessment/Battle Damage Assessment (BDA) (7) Position, Velocity, Navigation, and Timing (PVNT) (8) Integration with other Battlefield Systems (9) Space to Future Force interoperability (10) Tactical event Geolocation (11) Battlespace Awareness and Event Characterization f.Space Superiority: (1) Space situational awareness (2) Software/system security (3) Information Operations Tools g.Space Augmentation: (1) High Altitude Platforms (2) High Altitude Payloads (3) Power systems and propulsion h.Space Force Application: (1) Platforms (2) Sensors (including multi spectral/hyper spectral) (3) C4ISR i.Space Support: (1) Sensors (2) Communications (3) Micro-satellites and Nano-Satellites (4) Mission configurable satellites (5) Persistent nano/micro satellite operational architectures (6) Low cost nano-missile/nano-satellite launch vehicle (7) Common nano-satellite bus structures and plug and play compatibility (8) Tiny, independent coordinating spacecraft (9) Fractionated satellites (10) Large lightweight orbital structures (11) Responsive nano-satellite launch vehicles j.Power Technologies: (1) Tactical Quiet Mobile Generators (2) HI-Power (Hybrid Electric Intelligent Power Management) Technologies (3) TOC Central Power & Assessment (4) Advanced High Speed Diesel Engines (5) Adv Environmental Control Systems & Combined Power/ECU Systems (6) Power Electronics & Digital Control Technologies (7) Data Compression & Security Algorithms Diagnostics & Prognostic Control Technologies (8) Microturbine Technology (9) Rechargeable Battery Technology (10) Primary Disposable Battery Technology (11) Ultracapacitors for Power Storage (12) Battery Charger Technology (13) Thermophotovoltaics (14) Fuel Cells (15) Tactical Inverters (Vehicles, shelters, TOCs, rooftops) (16) Permanent Magnet Alternators (17) On-Board Vehicle Power (18) Power Distribution and Management (19) Renewable Energy Concepts (20) Alternative Energy Concepts (21) Hybrid Energy Concepts k.Materials Technologies: (1) Uncooled IR materials & processes (2) Thermo electric cooler materials & processes (3) Improved processes in molecular beam epitaxy (MBE) growth fabrication for multi/hyperspectral focal plane arrays (4) Improved materials/techniques to stabilize temperatures for Advanced IR Focal Plane Arrays (5) Improved materials/processes for uncooled IR detectors that reduce time constant (6) New composite-based materials/processes with selective and enhanced multi-functional physical, chemical, and material properties (7) New nano-based fillers/coatings/processes with selective and enhanced multi-functional physical, chemical, and material properties (8) Cost effective and novel photovoltaic materials/coatings/processes (9) Data Compression and Security Algorithms Low Observable Materials (10) Advanced materials with reactive structures (11) Cost effective technologies for alignment of carbon nanotubes (12) Ultra lightweight armor for protection from blast and non-lethal effects (13) Materials for thermal management of structures, devices and personnel (14) New materials/processes for fuel cells - hydrogen storage and generation (15) New materials/processes for fuel cells - hydride chemistry, activation materials (16) New materials/processes for multi-functional & multi-layered coatings & structures l.Lethality, Survivability and Kill Assessment: (1) Transportable Launcher (2) Short to Medium Range Target Requirements (3) Commercial Boosters for Theater Class Target Systems (4) Kill Assessment Prototype Architecture (5) Range Safety Modeling Modernization (6) Non-Ballistic Tracking of Maneuverable Hypersonic Test Vehicles (7) Active Transportable Electro-Optics Testbed (8) Advanced Measurements Optical Range (AMOR) Laser Modernization (9) AMOR Data Collection and Processing Modernization (10) Net-Centric Test Ranges Analyses (11) High Speed Digital Data Collection (12) Electronic Track Side Bolt Detonation Initiation (13) Sled Test Counterfire (Timing) (14) High Fidelity Lethality Payload RVs (15) Innovative Flight Test Onboard Recorder (16) Develop Reentry Vehicle (RV) Handbook to provide up-to-date information on RVs (17) Nonlethal Object Lethality Testing (18) Lethality/Kill Assessment Code (19) Kill Assessment Methods (20) Hydrocode Late Time Debris Modeling (21) Nuclear and Natural Radiation Hardening Component Testing m.Cruise Missile Defense Technologies: (1) Operation Analysis (2) Battle Management (3) Fire Control Systems n.Software Technologies (including but not limited to SIAP and Cruise Missile Defense): (1) Automated Software Code Generation (2) Software/Simulation Estimating Costs (3) Platform Independent Model for Complex Platform Specific Models (4) User Defined Operational Picture Technology (5) Other Software Technologies applicable to SIAP, SISP, and Cruise Missile Defense o.Directed Energy Technologies: (1) Laser, High Power Microwave, and Other Directed Energy (DE) Sources, Concepts, and Applications (2) Advanced Solid State Laser (SSL) concepts that reduce cost, weight, and complexity while improving efficiency, reliability, and eye safety (3) Advanced solid state laser component technologies that improve laser system performance (4) Advanced Laser pump sources that increase the current state of the art in efficiency, high brightness, reliability, operating temperature, and reduces production costs (5) Beam control components and techniques that reduce weight, cost, and complexity with improved engagement ranges of weapon systems (6) Advanced beam control and beam combining concepts and technologies that improve DE system efficiency, extends effective range, and improves overall system performance (7) Directed Energy lethality and propagation testing and support technology and equipment (sensors) to provide validated data to DE modeling and simulations and war gaming (8) Advanced high power microwave concepts that reduce cost, weight, and complexity while improving efficiency and reliability (9) Advanced high power microwave (HPM) component technologies that improve HPM system performance (10) Compact pulsed power concepts and technologies p.Other Air, Space, Or Missile Defense Initiatives not categorized above. 5.Fundamental Research Research is not anticipated to be fundamental in nature as defined in National Security Decision Directive (NSDD) 189. 6.Award Considerations The selection of proposals for contract award will be based on an evaluation of proposals submitted in response to the BAA. The major purpose of the evaluation will be to determine the relative merit of the proposed technology and the feasibility of the technical approach of each proposal. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government weighed against the cost of the proposals, in view of the availability of funds. The Government reserves the right to request revisions to contractor proposals and statements of work including requests for clarification, risk mitigation plans, changes to proposed period of performance, CDRL requirements or other changes as necessary to better align with the SMDC/ARSTRAT mission. This BAA constitutes the solicitation. This announcement will become effective upon publication and will remain open for one year from date of publication. 7.Proposal Preparation In order to streamline the proposal process and to assist offerors in determining whether to incur the cost of generating a formal BAA proposal, it is requested that offerors first submit a summary White Paper for preliminary consideration. Offerors are encouraged, but are not required to submit white papers, nor are they precluded by the Government's advice on a white paper from submitting a formal proposal. White papers will be considered as soon as they are received. Acknowledgement of receipt of white papers will not be made, and white papers will not be returned. a. White Paper Instructions The purpose of the White Paper is to preclude unwarranted effort on the part of an offeror whose proposed initiative is not of interest to SMDC. (1) BREVITY IS DESIRABLE - WHITE PAPERS ARE LIMITED TO NO MORE THAN 5 PAGES on 8.5" x 11" paper and of English text. It shall be single-spaced, Times New Roman 12 point font with 1 inch left, right, top and bottom margins with one (1) additional page for technical drawing(s) and one (1) additional page for a simplistic delivery schedule and cost profile if necessary. The electronic file size shall be no larger than 2MB. (2) The summary white paper should capture the proposed technical concept, together with its rationale and objectives, methodology, the expected results, and its contribution to SMDC. The white paper should conceptualize a rough schedule at a "top level". (3) Submit one White Paper per Technology Category, clearly identifying both the Technology Category, and if applicable, the subcategory cited in the BAA under that Technology Area. Summary white papers may be submitted at any time after issuance of this BAA through the expiration date of 6 April 2013. From this summary white paper the Government will indicate whether the subject matter technology described is of interest to the Technical Center and will determine whether a formal proposal would be likely to succeed. The Government may provide comments that might be of assistance to the offeror in determining how or whether to submit a BAA proposal (4) Offerors of those White Papers found to be of interest and consistent with the intent of the BAA will be invited to submit formal cost and technical proposals. An invitation does not assure an offeror of a subsequent contract award. (5) Any proprietary data which the offeror intends to be used by SMDC only for evaluation purposes must be specifically identified in the summary white paper or proposal and marked in accordance with FAR 52.215-1(e). The SMDC Contracting and Acquisition Management Office (CAMO) will generally notify offerors within four (4) months of white paper receipt if a full proposal is required. White papers not selected for full proposal submission will be disposed of in a manner that protects proprietary data. (6) The summary white paper may be submitted as a hard copy and/or in electronic format with file size no larger than 2MB. The electronic copy should be provided in MS Word-compatible format as well as a PDF file sent by e-mail (preferred) to retha.adams@smdc.army.mil. Otherwise, submit the white paper by mail to USASMDC/ARSTRAT, PO Box 1500, ATTN: CCAM-CAB-B (R. Adams), Huntsville, AL 35807-3801. The address when using Federal Express is U.S. Army Space and Missile Defense Command, Attn: CCAM-CAB-B (R. Adams), Von Braun Complex III, Bldg 5224, Room 1-E-210, Redstone Arsenal, AL 35898. For all hand-carry deliveries, please make an appointment with the Contracting Officer for pickup by phone or email at 256-955-5989 or retha.adams@smdc.army.mil. A CD with an electronic copy of the white paper, as described above, shall accompany the hard copy if the mail option is selected. (a) Classified responses (up to Secret collateral) can be mailed or transmitted via SIPRNET email. If mailed, the response must be appropriately marked, sealed, and mailed in accordance with classified material handling procedures. Please utilize the guidance as stated in item (6) above. The Classified mailing address is USASMDC/ARSTRAT, PO Box 1500, Huntsville, AL 35807-3801. The outer envelope should be addressed to the attention of SMDC-IM (Document Control) and the inner envelope should be addressed to the attention of CCAM-CAB-B (Retha Adams). If transmitted via SIPRNET email, send to amy.aguirre@smdc.army.smil.mil and use the document title as the subject. Only classified white papers should be submitted via SIPRNET. The document shall be appropriately marked with agency address, classification authority/declassification instructions, document date and distribution statement, and transmitted in MS Word-compatible electronic file format as well as a separate PDF file and must include all information requested in this BAA. Notify CAMO via NIPRNET, retha.adams@smdc.army.mil, that you have sent a classified white paper on the SIPRNET. Classification does not in any way eliminate the offeror's requirements to comply with all instructions in this BAA. b. Proposal Instructions Proposals shall consist of two volumes: Volume I, Technical and Management Proposal and Volume II, Cost Proposal. Proposals shall include the basic effort and options (if applicable). All proposals should clearly indicate limitations on the disclosure of their contents. (1) In presenting the proposal material, prospective offerors are advised that quality of the information is significantly more important than the quantity. Therefore, offerors are requested to confine their submissions to essential matters, providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. (2) Volume I is the Technical and Management Proposal. Volume I has three sections: Section I (Technical) and Section II (Management) which shall not exceed 50 pages and Section III (Other Documents) which shall not have page limitations. (A page is defined as being single-sided, no larger than 8.5" x 11", 1-inch margins, with fonts no smaller than 12 point. Accordion-style foldouts will be counted as multiple pages equivalent to the expanded size.) The page limitation for proposals includes all figures, tables (except the table of contents), and charts. All pages that exceed the maximum page limit specified may be removed and not be reviewed or considered in the evaluation. (3) Volume I shall include a cover sheet. Volume I, Section I shall include the Executive Summary, Nature of Research, Meets BAA Requirements, Milestone Schedule, Prior Experience, Statement of Work (SOW)/Deliverables. Volume I, Section II shall include the Management Approach, Capabilities/Qualifications and any required government resources (equipment, facilities, computer time, etc.). Volume I, Section III shall include all other documents as listed in these instructions. (a) Cover Sheet shall include: 1. BAA number 2. Technology Category, and if applicable - subcategory, being addressed 3. Lead Organization Submitting proposal 4. Type of business, selected among the following categories: "Large Business," "Small Disadvantaged Business," "Other Small Business," "HBCU," "MI," "Other Educational," or "Other Nonprofit" 5. Contractor's reference number (if any) 6. Proposal Title 7. Technical point of contract to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), and electronic mail address (if available) 8. Administrative point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), and electronic mail address (if available) 9. Date proposal was prepared (b) Executive Summary: The first page of the proposal must be an executive summary of the proposed technical and management approaches. (c) Nature of Research: The technical portion of the proposal must include a full discussion of the nature and scope of the research effort contemplated, including the method of approach and the expected results. (d) Meets BAA Requirements: The proposal shall fully discuss how the initiative falls within the definition of Basic and Applied Research as defined in FAR 35.016 with development not exceeding Technology Readiness Level (TRL) 6 which is a system/ subsystem model or prototype demonstration in a relevant environment. The proposal shall discuss the potential contribution of the proposed research to SMDC. The offeror shall certify that the initiative is not submitted to fulfill the requirements of any specific system or sub-system. (e) Milestone Schedule: The offerors shall discuss the merits of each phase of the initiative proposed, and conditions upon which each phase will be assessed. A program milestone chart, which includes a detailed list of tasks and subtasks and the duration of same, must be provided. Offerors are to clearly identify a list of contract deliverables which are traceable to the milestone chart. These milestones should include the timeframes for preparation, delivery, review, and approval for all draft and final reports, as appropriate. (f) Prior Experience: Offerors must include any information pertaining to prior significant and related work experience as well as a description of available facilities and the resumes of all key personnel who will be participating in the effort. (g) SOW/Deliverables: Offerors must keep in mind that portions of the technical proposal will usually be incorporated by reference into any resultant contract; it serves as the basis for work to be accomplished. Therefore, the technical proposal must include a statement of work that describes the work to be accomplished and any deliverables. Each task description should be written to facilitate evaluation and acceptance without the need for major rewrites prior to incorporation into the resultant contract. (h) Management Approach: The offeror should provide the necessary scheduling and planning documentation that fully describes the proposed program, which should include the offeror's approach for controlling expenditures and labor hours. Include in the proposal a summary description of management planning and control systems and product assurance. (i) Capabilities/Qualifications: The proposal should discuss the offeror's capabilities and qualifications including discussion of: 1) key personnel; 2) adequacy of offeror's facilities and instrumentation; and 3) identification of plans for any potential safety and environmental concerns. (j) U.S. offerors who meet the security requirement of the SMDC Simulation Center may request government furnished computer time, not to exceed 30 System Resources Unit hours per contract. Proposal shall request computer time and amount if it is required. Also, if required, identify facility and facility test time. (k) The Other Documents section of the proposal shall include the items below. 1. The offeror shall provide a separate SOW, bearing no proprietary markings, suitable for contractual incorporation. If options are proposed, the SOW must clearly differentiate between the basic and options. To aid in insertion of the SOW in the contractual instrument, request the following guidelines be followed in formatting any electronic file provided: All auto numbering and bullets must be removed All text should be saved in Times New Roman 12 point font Bolding and underlining is not recommended All graphics must be removed All files inserted from other applications in the MS Word file should be removed The submission of other supporting materials along with the proposal is strongly discouraged and will not be considered for review. 2. Prime Contractor Small Business Subcontracting Plan: (Applicable to other than small business offerors) (It is noted that educational institutions are considered other than small business offerors) In accordance with FAR 19.702(a)(1), if the total amount of the proposal exceeds $650,000, a small business subcontracting plan, and small business subcontracting goals must be addressed. FAR part 52.219-9 defines a subcontracting plan and its requirements. This information must be submitted with your proposal. It is the policy of the Government to enable small business and small disadvantaged 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. The plan format is outlined in FAR 19.704. Offerors are cautioned that the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUBZone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 has provided for a goal of 5% or higher for SDB concerns. 3. Representations and Certifications: Prospective contractors shall complete electronic representations and certification at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. The representations and certifications must be updated as necessary, but at least annually, to ensure they are kept current, accurate, and complete. (See FAR Subpart 4.12). These representations and certifications will need to be supplemented by other representations and certifications, to include DFARS 252.227-7017 and 252.227-7028. 4. The offeror may include an attached bibliography of relevant technical papers or research notes (published and unpublished), that document the technical ideas and approach upon which the proposal is based. Copies of not more than three (3) relevant papers may be included with the submission. The three relevant papers may be in.PDF format. 5. Formatting instructions for Volume I, Section III (Other Documents) May/Shall be provided with no page limitation. All auto numbering and bullets must be removed. All text should be saved in Times New Roman 12 point font Bolding and underlining is not recommended, but may be used. All graphics must be removed. All files inserted from other applications into a MS Word file should be removed. The submission of other supporting materials along with the proposal is strongly discouraged and will not be considered for review. (4) Volume II is the Cost Proposal. Volume II shall include a cover sheet. It is excluded from page limitations and should follow the guidance of FAR 15.408, Table 15-2. The cost proposal shall contain a summary showing the overall contract price and include details by cost element by Base and Option, and further broken down by contractor fiscal year (CFY) if more than one CFY is under the Base/Option. In addition, both the basic period and any options shall include separate cost/schedule information. The cost proposal shall contain data in Microsoft Excel spreadsheet format, with formulas included; and shall, at a minimum, include the following: (a.) Cover sheet(s) to include: 1.Name and address of offeror (include zip code) and Division (if applicable); 2.Name, title, telephone number, and e-mail address of offeror's point of contact; 3.Place(s) and period(s) of performance; 4.Name, mailing address, email address, telephone number and point of contact of the offeror's cognizant government administration office (i.e., Office of Naval Research/Defense Contract Management Agency (DCMA)) (if known); 5.Name, mailing address, email address, telephone number and Point of Contact of the offeror's cognizant audit office (i.e., DCAA/HHR)(if known); 6.Contractor and Government Entity (CAGE) Code 7.Dun and Bradstreet (DUN) number 8.Taxpayer Identification Number (TIN) 9.Whether you will require the use of Government property in the performance of the contract, and, if so, what property. (b.) The offeror should prepare its cost proposal in a clear, concise manner that accurately reflects its financial plan for accomplishing the proposed technical effort. The costs should be tied to the milestone schedule, clearly allocating costs to each phase of the initiative. A breakdown of cost data is required under this BAA. If "cost or pricing data" are required to be submitted in accordance with FAR 15.403-4, "Requiring Cost or Pricing Data," the offeror shall provide the information identified in FAR 15.408, "Solicitation Provisions and Contract Clauses/Price Proposals When Cost or Pricing Data Are Required," as well as the information required in this section. When cost of money is being proposed, the offeror shall submit a DD Form 1861. (c.) The breakdown of "cost or pricing data" or "other than cost or pricing data" shall include all cost expected to be incurred under the contract. Proposed costs and rates should be fully supported. IT IS ESPECIALLY IMPORTANT THAT ADEQUATE DATA ON SUBCONTRACTORS BE PROVIDED; RATES ARE PARTICULARLY IMPORTANT. THE ABSENCE OF ADEQUATE DATA ON SUBCONTRACTORS IS A FREQUENT SOURCE OF AVOIDABLE DELAY IN CONTRACT AWARD. THE CONTRACTOR MAY ENCOURAGE SUBMISSION BY THE SUBCONTRACTOR DIRECT TO THE CONTRACTING OFFICER IF THE SUBCONTRACTOR IS RELUCTANT TO SUBMIT DATA TO THE PRIME. (d.) Detailed cost breakdown to include: Total program cost broken down by Base and Options by CFY (if more than one CFY is under the Base/Option); further broken down by major cost items (direct labor, subcontracts, materials, special test equipment, travel, other direct costs, overhead charges, etc.). (e.) Prime contractors are responsible for insuring that each proposed subcontract is supported by cost or pricing data when it is both in excess of $700,000, and not covered by an exception or waiver in accordance with FAR 15.403-1. Particular attention is directed to the importance of furnishing complete detailed information and supporting data as indicated in FAR 15.408, Table 15-2. Include an itemization of major subcontracts (labor, travel, materials, and other direct costs) and equipment purchases, as well as an analysis, performed by the prime contractor, of the subcontract proposal. Specifically address subcontract proposed hours in the prime analysis. It is noted that FY 2011, FY 2012 and FY 2013 Basic Research Appropriations may be used to fund awards issued from this BAA. In the event that Basic Research Appropriations are used, none of the funds under this appropriation may be used to pay negotiated indirect costs in excess of 35% of the total cost of the contract. (f.) Subcontractor Proposal: The contractor shall submit, or cause to be submitted by the subcontractor directly to the Government, copies of proposals (broken down by labor hours, rates, categories, indirects, material, etc.) for subcontracts that are the lower of either (a) $11.5 million or more; or (b) both more than $700,000 and more than 10 percent of the prime contractor's proposed price, unless the subcontract is the result of adequate price competition or commercial items. If an item or subcontract effort is selected by a competitive process, provide quotes or backup documentation received from all eligible offerors and discuss how the best value determination was made. If subcontract item is less than $11.5M but greater than $700,000 and less than 10% of the proposed cost, provide a quote from the proposing subcontractor. Subcontract proposal should include cover sheet information detailed above. (g.) All details, broken down by cost element, are to be prepared for each major task with supporting rationale. All cost details shall be broken down to coincide with the offeror's accounting periods as related to the specific period of performance as indicated in the proposed milestone chart. The level of detail should be commensurate with the cost proposed for proposals not involving "cost or pricing data." A sample format for a summary cost proposal is provided below. Sample Summary Cost Proposal Format Cost Element Base Rate Total Cost Reference Labor John Doe or5000 Hours$30.00$150,000 Sr. Engr5000 Hours$24.00$120,000 Total Direct Labor10000 Hours$270,000Exhibit A Overhead50.00%$135,000Exhibit B Other Direct Cost Subcontract $50,000Exhibit C Computer $25,000Exhibit D Travel $10,000Exhibit E Consultant$ 30,000Exhibit F Subtotal$520,000 G&A Expense10.00%$ 52,000Exhibit G Total Estimated Cost$572,000 Fixed Fee5.0%$ 27,000 Cost of Money $ 6,000Exhibit H Cost Plus Fixed Fee$605,000 (5). Proposal Submission Instructions All proposals should clearly indicate limitations on the disclosure of their contents. Any proprietary data which the offeror intends to be used by the government only for evaluation purposes must be specifically identified in the proposal and marked in accordance with FAR 52.215-1(e). Proposals, and proposal revisions, shall be submitted as follows: (a) one (1) original of the full proposal; and, (b) three (3) copies of the full proposal; and, (c) one (1) electronic copy of the full proposal. 1. Electronic Copies shall be on a CD-ROM. 2. Each disk shall be clearly labeled with BAA number, proposer organization and proposal title (short title recommended). 3. Electronic copies of the proposal shall be in a MS-Word-compatible application and a PDF file. Cost proposals spreadsheets should be submitted in an MS Excel-compatible format, with formulas included and also in a PDF file. 4. Proposals shall be submitted to the point of contact identified in Paragraph 7 (a) (6) above, or as otherwise directed in the Government request for proposals. 5. No proposals will be returned. The original of each proposal received will be retained at SMDC and all other copies of non-accepted proposals destroyed. 8.Evaluation Criteria (Applicable to proposals only): The Government selection of the proposal(s) for award will be based on an assessment of which proposal(s) is/are the most advantageous to the Government considering technical and management relative merit in accordance with the evaluation criteria, cost, best value considerations, availability of funds, and program balance, using the areas and factors set forth below. a.Evaluation Areas/Factors (1)Technical Area -The quality of the offeror's proposed technical approach will be evaluated using the following factors: (a)Overall Scientific/Technical Quality - The offeror will be evaluated on the overall scientific/technical merits of the proposed research and development. The degree to which new and creative solutions to technical issues important to SMDC are proposed and feasibility and the offeror's understanding of the proposed approach and technical objectives will be evaluated. (b)Qualifications - The offeror's ability to implement the proposed approach as demonstrated by specific accomplishments in the technical field to be studied, by the qualifications (including past and current experience) of the proposed principal investigator and other "key" personnel and availability of appropriate facilities will be evaluated. (c)Research and Development Contribution - Potential contribution of the proposed research to SMDC in the above technology areas. The scientific/technical merits include potential for state-of-the-art improvement, with special emphasis on innovation, originality and uniqueness will also be evaluated. (2) Management Area - The quality of the offeror's proposed management approach will be evaluated using the following factors: (a)Overall Scheduling and Planning - The offeror's approach will be evaluated based on the overall scheduling and planning for performance of the effort. (b)Expenditure Control - The approach for controlling expenditures and labor hours. (c)Subcontracting Plan: The extent to which offerors identify and commit to small business and to small disadvantaged business, HUBZone small business, veteran-owned small business, women-owned small business, historically black college and university, or minority institution participation in the proposed effort, whether as a joint venture, teaming arrangement, or subcontractor. (3)Cost Area - The cost area evaluation will consider the realism and reasonableness of the proposed cost. Cost reasonableness will consider the price proposed in conjunction with program objectives and the availability of funding. Cost realism will assess the likelihood that the technical and management approaches proposed can be successfully accomplished for the cost proposed. b.Relative importance of Evaluation Criteria (1) Technical: The technical area is significantly more important than the management area. The factors under the technical area are of equal importance. (2) Management: The management area is significantly less important than the technical area. The factors under the management area are of equal importance. (3) Cost: The cost area is a substantial evaluation factor; however, it is less important than each of the technical and management areas. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR AWARD AND FUND ALL, SOME, OR NONE OF THE PROPOSALS RECEIVED UNDER THIS BAA. 9. Other Information a.The Government anticipates making multiple awards. Issuance of the BAA does not obligate the Government to pay any proposal preparation costs. Offerors will be notified of selection for award approximately 90 days after Government receipt of the proposals. The Government reserves the right to select for award any, all, part, or none of the proposals received. Proposals not selected for immediate funding may be considered for a period of 6 months. b. In an effort to expedite evaluation of proposals, upon official notification of selection for negotiation and contract award, the following information shall be provided: (1)Indirect rate forecast/budget (detailed by cost element in the pool and base). (2)Historical indirect rate information, for both prime and subcontractors, for the previous three years; include a breakdown of the base and expense/pools for each of the indirect rates proposed (3)A consolidated, priced Bill of Material (4)Order of preference for data submission: oaudited incurred cost rates oactual rates submitted to DCAA but not audited (from incurred cost submission) oactual rates not submitted to DCAA opayroll data from accounting system (not just a listing of rates) related to proposed base labor rates c.The Government contemplates award of cost, cost-plus-fixed-fee, or cost sharing types of contracts under this BAA. Proposals based on a type of contract other than that contemplated will be considered, but offerors are advised that the Government is under no obligation to accept same. d.The Government anticipates that any contract resulting from this BAA will be funded on an incremental basis as provided by FAR 52.232-22, "Limitation of Funds." e.Any necessary coordination of facility use will be performed by the offeror. f.Any requests by offerors for Government furnished property, test equipment, material, or information must be clearly identified in the proposal. The Government, however, is under no obligation to comply with such requests. Therefore, offerors should make provision for alternate technical approaches in the event the Government is unwilling to provide the property requested. The Government will not entertain requests for general office equipment, and/or office supplies. g.Unless specifically identified under the BAA initiative proposal, all work to be performed under any resultant contract will be unclassified and will not involve access to classified information. h.Central Contractor Registration: Offerors are required to register in the DOD Central Contractor Registration database prior to award of any contract (DFAR 252.204-7004). Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227- 2423 or via the Internet at http://www.ccr.gov. Award cannot be made to a firm not registered in CCR. i.Reports and Program Reviews: (1)As a minimum, all contractors will be required to submit monthly financial and technical status reports and a final technical report. Depending on the duration of the program, offerors may be required to prepare semiannual and/or annual interim reports. The Government negotiator will work out an appropriate Contract Data Requirements List (CDRL) with each successful contractor unless a CDRL is not appropriate. (2)Depending on the nature of the research program and the duration of same, the Government may require that the contractor attend program reviews at SMDC or within CONUS. In addition to these formal program reviews, informal reviews may be scheduled as deemed necessary by cognizant technical personnel. Requirements for program reviews will be determined when proposals are selected for award. (3)Monthly expenditure plan and disbursement rate reports are required and may be included in the financial report. The disbursement report must include the forecast of billings to the Government and the total cumulative amounts billed through the report month. (4)The number and types of reports will be specified in the award document. However, the following are the titles, data item description (DID) numbers, and frequency of data items anticipated, at a minimum, to be delivered during contract performance: (a)STATUS REPORT, DI-MGMT-80368A, Submission: Monthly (b)FUNDS AND MAN-HOUR EXPENDITURE REPORT DI-FNCL -80331A, Submission: monthly (c)TECHNICAL REPORT - STUDY/SERVICES DI-MISC-80508B, FINAL REPORT Submission: At the end of each contract performance period (d)OPERATIONAL SECURITY (OPSEC) PLAN, DI-MISC-80508B, Submission: One-time (as required) (e)COMPUTER SOFTWARE PRODUCT END ITEMS DI-MCCR-80700, Submission: (as required) (f)SOFTWARE USER MANUAL (SUM) DI-IPSC-81443A, Submission: One-time (as required) (g)SOFTWARE DEVELOPMENT PLAN DI-IPSC-81427A, Submission: One-time (as required) (h)SOFTWARE PRODUCT SPECIFICATION DI-IPSC-81441A, Submission: One-time (as required) (i)TEST PLAN, DI-NDTI-80566A, Submission: (as required) (j)BRIEFING MATERIAL DI-MGMT-81605, Submission: (as required) (k)RECORD OF MEETING/MINUTES REPORTS DI-MGMT-81605, Submission: (as required) (l)TECHNICAL REPORT - STUDY SERVICES DI-MGMT-80508B, TECHNICAL MEMORANDA Submission: (as required) j.Security Requirements: While non-classified work is relevant, research at SMDC often leads to military applications and development or use of data that can be classified. This cannot always be anticipated in advance, and when applicable the applicant must be prepared to handle classified information. Possession of a SECRET facility clearance is recommended. Additionally, non-U.S. citizen access to information under the cognizance of USASMDC/ARSTRAT must be approved by the USASMDC/ARSTRAT Foreign Disclosure Officer. Requests for non-U.S. citizen access should be submitted to the Contracting Officer using SMDC Form 380-10c. k.Research and Technology Protection: In the event a contract is awarded, the contractor shall assist the Government in the identification of any inherited and new Critical Program Information (CPI). The contractor shall implement security measures, as directed by the Government, for any identified CPI to prevent unauthorized disclosure. CPI, as defined in DoD Instruction 5200.39, are "elements or components of an RDA program that, if compromised, could cause significant degradation in mission effectiveness; shorten the expected combat-effective life of the system; reduce technological advantage; significantly alter program direction; or enable an adversary to defeat, counter, copy, or reverse engineer the technology or capability." The contractor will be subject to internal and external audits of the implementation of security measures for handling CPI and will provide audit results to SMDC upon request. l.Any effort awarded as a result of this BAA must use SI (metric) units exclusively. m. The reports that are delivered in connection with awards under the Technical Center BAA may be made available to subsequent Technical Center acquisitions, subject to applicable data rights. 10.BAA Points of Contact Questions relating to contractual/cost issues shall be submitted in writing to Contracting Officer, Retha Adams, at retha.adams@smdc.army.mil. Questions relating to technical issues may be submitted to Mark F. McClellan, USASMDC/ARSTRAT, ATTN: SMDC-RDT-A, PO Box 1500, Huntsville, AL 35807-3801, or e-mail mark.mcclellan@smdc.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-09-0001-2012/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02714959-W 20120407/120405235415-dce787308ecd99a342ca2b544d81f514 (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.