Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

A -- Amendment 0001 to Broad agency announcement W31P4Q-14-R-0082 utilizing new and innovative technologies for Research, Development and Testing of Solid Rocket Propulsion Technology for Application in US Army Missile Systems

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q14R0082
 
Archive Date
7/9/2015
 
Point of Contact
Tammy Benson, 256-842-5811
 
E-Mail Address
ACC-RSA - (Missile)
(tammy.j.benson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 to W31P4Q-14-R-0082 allows participation by foreign companies. The BAA now reads as follows: A Broad Agency Announcement (BAA) process, the US Army Aviation & Missile Research, Development & Engineering Center (AMRDEC) is interested in receiving proposals from offerors capable of utilizing new and innovative technologies to satisfy Government requirements to advance the capabilities in research, development, and testing of solid rocket propulsion technology for application in US Army missile systems. Central to these requirements is a focus on controllable thrust, enhanced performance, reduced sensitivity, and safety/environmental compliance. Due to technology transition objectives, proposals are needed from offerors that have capabilities in research, development, and testing of solid rocket propulsion technology along with the experience and facility capabilities to perform full-rate production of tactical missile propulsion systems for Aviation, Close Combat, Precision Fires, and Air/Missile Defense applications. Size ranges encompass propulsion systems for small diameter aviation rockets/missiles up to 18-inch diameter deep strike/air defense missiles. Proposals with new and innovative technologies are needed which could enhance the state-of-the-art and scientific knowledge for the technical areas listed below. Proposals should address one or more of the technical areas listed: (1) New Ingredients and Materials: Propellant ingredients that are stable, compatible, processable, and cost effective for Army missile propulsion are among the ingredients to be developed, synthesized, and evaluated. These include high energy-density oxidizers, fuels, polymers, ballistic modifiers, processing additives, bonding agents, and plasticizers. In addition, new materials for composite cases, to include fibers, resins, insulators, and nozzle components that can enhance motor performance. Novel and/or improved processing techniques for propulsion system structural components to enhance performance, integration, and cost effectiveness. Characterization of new ingredients for heat of formation, density, purity, elemental analysis, stability, hazards properties, and if pertinent, crystal structure, molecular weight, equivalent weight, functionality, viscosity, and reactivity. Identification of hazards associated with the preparation, analysis, and use of solid propellant ingredients and of those materials employed in the manufacture of rocket motor components. Preparation and analysis of samples of promising new materials. (2) Rocket Propulsion Technology: (a) Minimum Signature Propellants: Less sensitive high performance minimum signature propellants with an objective theoretical impulse density greater than 14.0 lb-sec/cu. in. that maximize producibility and minimize cost. (b) Reduced Smoke Propellant: High performance, reduced smoke composite propellants with an objective theoretical impulse density greater than 16.0 lb-sec/cu. in. that maximize producibility and minimize cost. (c) Composite (Smoky) Propellant: High performance composite propellants with an objective theoretical impulse density greater than 17.5 lb-sec/cu. in. that maximize producibility and minimize cost. (d) Rocket Propulsion Inert Components: Design, development, analysis and test of rocket cases, nozzles, insulators, and combustion chambers for solid propulsion systems, to include controllable thrust devices/components. Integration methods and processing techniques that enhance propulsion system performance, survivability and Insensitive Munitions characteristics. (3) Controllable Thrust Propulsion (CTP): Experimental and analytical investigations of approaches to provide a variety of thrust time profiles from a single motor design. Approaches to be examined include barrier type pulse motors, bulkhead type pulse motors, and variable area nozzles. Aviation and Close Combat applications for this technology also require minimum signature, and therefore concept implementation must not preclude meeting this requirement or the requirement for Insensitive Munitions. Development and testing of structural and control components, propellants, or materials for CTP to validate the component performance and assumptions and to address the critical design issues. Specialized propulsion system testing to verify the predicted effects of each developed component on the system performance described in this effort. All development activities related to this BAA are subject to 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. It is anticipated that a majority of the work under this effort will be unclassified. This acquisition is open to foreign companies. Any awards made under this BAA to foreign companies will not involve access to US classified information. In the event that an award is made to a US company which requires access to classified information, only US citizens will be allowed to participate. Only local nationals of the country in which the foreign company is located are eligible to perform work on any effort awarded to that foreign company. The foreign entity must ensure/certify that data generated under this US-funded effort is releasable to the United States Government. 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 the offerors first submit a summary concept paper for evaluation. From this summary concept paper the Government will indicate whether the subject matter technology described is of interest to the Government and whether a formal proposal would be likely to succeed. The Government, at its option, may provide comments that might be of assistance to the submitter in determining how or whether to submit a BAA proposal. Concept papers will be evaluated as soon as they are received. Acknowledgement of receipt of concept papers will not be made, and concept papers will not be returned. THE CONTRACTING OFFICE WILL ASK ONLY THOSE OFFERORS WITH PROMISING CONCEPT PAPERS TO SUBMIT FULL TECHNICAL AND COST PROPOSALS. The Contracting Office will notify offerors within 120 days of receipt of concept paper if a full proposal is requested. Concept papers not selected for full proposal submission will be disposed of in a manner that protects proprietary data. All proprietary material should be clearly marked. The summary concept paper should state the proposed technical concept including the rationale and objectives, methodology, expected results, and its contribution to the AMRDEC. In addition, the summary concept paper should include a period of performance, anticipated cost and offerors past performance on Government contracts. The concept paper shall be limited to 15 pages (8 1/2 x 11 single-spaced), of English text and illustrations, as necessary, and shall be in MS Word for Windows format. All concept papers, proposals, written communications or documentation concerning this BAA shall be forwarded to the Contracting Office POC, Ms. Tammy J. Benson, via e-mail at tammy.j.benson@us.army.mil, with a copy to the Contracting Officer, Ms. Janet Childers, via e-mail at janet.childers@us.army.mil. Facsimile proposal submission is not authorized under this announcement. No classified data shall be included in the concept paper or proposal. A review of concept papers by the Government will determine which efforts are of sufficient interest to merit a formal proposal. Concept papers will be evaluated based on technical merit and offeror's past performance. Technical merit will rank significantly higher than past performance. If there is sufficient interest, a formal proposal will be requested. Contractors are not authorized to submit formal proposals unless invited to do so by the Contracting Office. 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 or response to a BAA is not considered an allowable direct charge to any resultant contract or any other contract and interested parties should be alert for any BAA amendments that may be published. Proposals may range from theoretical studies to a proof-of-concept that includes fabrication, delivery and test of prototypes. AMRDEC is interested in receiving proposals for the research efforts described under this BAA. Awards as a result of this announcement will take the form of a contract. Indefinite Delivery Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contracts are expected to be awarded, with the period of performance for each IDIQ contract estimated to be no less than 12 months and to not exceed 60 months. This includes time for preparation, approval, and distribution of the final report. For planning purposes, awards are anticipated in the $100K to $25M range for the total value of each IDIQ contract. The following reports may be required (specific reporting requirements will be specified by the Government in the event a contractor is requested to submit a formal proposal): 1. Still Photo Coverage, DI-MISC-80169, as required; 2. Status of Government Furnished Equipment (GFE) Report, DI-MGMT-80269, quarterly; 3. Test Procedure, DI-NDTI-80603A, as required; 4. Scientific and Technical Report, DI-MISC-80711A, as required; 5. Performance and Cost Report, DI-FNCL-80912, monthly; 6. Developmental Design Drawings/Models and Associated Lists, DI-SESS-81002F, as required; 7. Presentation Material, DI-ADMN-81373, as required; 8. Accident/Incident Report, DI-SAFT-81563, as required; 9. Periodic Program Reviews, as required; 10. US Army Contractor Manpower Reporting Requirements, as required. Long term proposals should contain a summary of the work contemplated for each 12-month period, so that contracts may be negotiated for an entire five-year project or for individual one-year increments of the total project. A detailed performance schedule for each discrete task must be included along with cost data to include labor-by-labor category. To be eligible for award of a contract, a prospective contractor must meet certain minimum standards pertaining to financial resources, and ability to comply with the performance schedule. THE CONTRACTING OFFICE WILL ASK ONLY THOSE OFFERORS WITH PROMISING CONCEPT PAPERS TO SUBMIT FULL TECHNICAL AND COST PROPOSALS. The Government will provide SELECTED offerors with proposal content requirements. Generally, proposal content and format shall contain and not be limited to: (1) Performance Work Statement (PWS): The PWS should be a concise document suitable for incorporation into a resultant contract. It should provide a qualitative description of the proposed work, which should be described in terms of advancement, improvement, or end product to be developed. The PWS should state the objectives to be achieved and how these objectives would benefit the Government. These objectives should be stated in terms of their potential usefulness to the advancement of tactical missile propulsion technology. The PWS should also include a proposed schedule detailing significant milestones and deliverables. (2) One page resumes of the offeror's key personnel (including alternates, if desired) who will be involved in the research. Documentation of previous work or experience in the field of the proposer is especially important. (3) The type of support, if any, the offeror requests of the AMRDEC, such as facilities, equipment, or materials. Any request by offerors for Government furnished property/equipment must be clearly identified in the proposal. The Government is under no obligation to comply with such requests. Thus, offerors should make provisions for alternate approaches in the event the Government is unwilling or unable to provide the requested property/equipment. (4) A statement regarding possible impact, if any, of the proposal's effect on the environment. (5) A brief description of your organization. (6) The facilities to be used for the work, if appropriate for and understanding of the proposal. (7) A listing of current similar R&D contracts along with Government POCs (contracting officer & technical) shall be included. The financial portion of the proposal should contain a cost estimate that is sufficiently detailed by element of cost for meaningful evaluation and must include sufficient detail to support and explain all costs proposed, giving figures and narrative explanation. Cost proposals must contain certifiable cost or pricing data, and shall be in sufficient detail to allow direct and indirect rate verification. The budget must include the total estimated cost of the project. 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 amounts 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 business are 40%, for veteran owned small business 3%, for service disabled veteran owned small business 3%, Hubzone small business 3%, small disadvantaged business (includes HBCUs/MIs) 5%, and women-owned small business 5%. These goals are to be considered when proposals are submitted. 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. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. The primary basis for selecting proposals for acceptance shall be technical merit, importance to agency programs, and funds availability. Management, cost realism and reasonableness, and past performance shall also be considered. The following factors will be considered in the evaluation of proposals received under this BAA. Evaluation Criteria: Award consideration will be based on technical merit, the contractor's past performance, and the potential contribution to the mission of AMRDEC. AMRDEC will base the technical merit evaluation on the contractor's demonstrated capability and competence in categories that include: 1) innovative concepts and technologies for US Army missile applications; 2) availability of required resources (equipment, facilities, etc...) to perform the proposed effort and transition developed technologies; 3) experience and expertise with rocket propulsion production disciplines that have been acquired through a combination of previous contract experience and contractor research and development programs. Concept papers will be evaluated on the following criteria: - Understanding of Rocket Propulsion Technology (25) - Application of Rocket Propulsion to Army Missiles (25) - Propulsion Experience, Facility Capability, and Ability to Transition Technology (20) - Effectiveness of Work Plan (15) - Cost Reasonableness (15) Overall Ratings for combined criteria-Excellent Rating (80+), Good (79-59), Unsatisfactory ( less than 58). Concept papers receiving an overall rating of less than 80 will not be considered for RFP. THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR AWARD ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. 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. Contract(s) based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, The Competition in Contracting Act of 1984. This BAA is an expression of interest only and does not commit the Government to make any award or to pay for any response preparation costs. This BAA shall remain in effect for a period of one-year from date of original posting. Email your questions to Tammy J. Benson, Contracting Office POC, at tammy.j.benson@us.army.mil. Contracting Office Address: US Army Contracting Command-Redstone, ATTN: CCAM-RDB, Building 5400, Fowler Road, Redstone Arsenal, AL 35898-5280.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/194c7d77ca359a4139790acd334caf60)
 
Record
SN03418984-W 20140711/140710022833-194c7d77ca359a4139790acd334caf60 (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.