Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOLICITATION NOTICE

A -- Applied Aviation Technologies - Complete BAA W911W6-17-R-0003

Notice Date
1/11/2017
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-17-R-0003
 
Archive Date
1/11/2018
 
Point of Contact
Laurie Pierce, Phone: 7578782071
 
E-Mail Address
laurie.a.pierce2.civ@mail.mil
(laurie.a.pierce2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Complete BAA W911W6-17-R-0003 1. GENERAL INFORMATION 1.1. Introduction The purpose of this Broad Agency Announcement (BAA) is to announce to industry and academia the Army Contracting Command's (ACC) intent to solicit proposals in accordance with Federal Acquisition Regulation (FAR) 6.102(d)(2) and FAR 35.016 and Title 32, Code of Federal Regulations (C.FR.), §§ 21-37 (Reference (b)) and Title 2, Code of Federal Regulations, §§ 1103 and 1125 (Reference (c)). References (b) and (c) collectively, the DoD Grant and Agreement Regulations (DGAR). ACC will solicit specific white papers or proposals via future Special Notices which will be published in Federal Business Opportunities (FedBizOpps). These future Special Notices will reference Master BAA W911W6-17-R-0003 and will be referred to as "Calls". The use of Calls allows for publication of a basic BAA solicitation that contains overarching information, but does not request white papers or full proposals. The BAA functions as a framework identifying the technical areas and giving the basic terms and administrative information of the BAA. Calls will be issued at various times during the BAA effective period and may further define the technology/Government needs or just request white papers or full proposals. The Calls may also include specific terms that apply to that Call such as further technical details and any pertinent clauses such as available Government Furnished Property (GFP) or specific Organizational Conflict of Interest requirements. White papers and proposals are submitted only when solicited via a Call published in FedBizOpps. The BAA will remain "open" during the effective period including any amendments thereto; however, proposals or white papers will only be solicited and accepted based upon published Calls. Each Call will identify solicitation topics and contain a common cut-off date for white papers or proposal submission. White papers or proposals received after the specified due date and time shall be governed by the provisions of FAR 52.215-1(c)(3). Calls for white papers or proposals will be published periodically throughout the effective period of this BAA. Each Call will identify: (1) specific topic areas; (2) any changes to the standard evaluation criteria or proposal preparation instructions, and; (3) a common cut-off date for submission of white papers or proposals. It is anticipated that Calls issued under this BAA will be unrestricted. Small businesses are encouraged to propose on all of the solicitations. The NAICS code, unless otherwise stated in the BAA Call, shall be 541712 (i.e., Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology). Proposals or white papers submitted shall be in accordance with this BAA and the Call instructions. Interested offerors shall be on alert for Calls for white papers or proposals as these will establish the submission dates, or otherwise change the requirements of this BAA. This BAA is open continuously for one year beginning January 11, 2017. Each Call published under the terms of this BAA will be issued as a Special Notice; will reference this Master BAA (W911W6-17-R-0003) and will be posted to FedBizOpps at https://www.fbo.gov. Interested parties are encouraged to periodically check the website for amendments to the Master BAA and Calls (Special Notices). 1.2. Program Mission and Objectives The mission of the U.S. Army Research, Development and Engineering Command (RDECOM) Aviation and Missile Research and Development Center's (AMRDEC) Aviation Development Directorate (ADD), is to "develop, demonstrate and transition critical technologies that enhance and sustain Army Aviation as the premiere land force aviation component in the world." ADD accomplishes its mission by: • Developing, demonstrating and applying technologies • Providing engineering services, rapid prototyping and test support to customers • Supporting customers and worldwide contingency operations through expedited fabrication, application and support of innovative material solutions • Providing Airworthiness Release (AWR) support • Collaboration/Partnering with other Army, Department of Defense, U.S. Government organizations, and industry 1.3. Agency Name Aviation Development Directorate - Aviation Applied Technology Directorate 401 Lee Boulevard Fort Eustis, Virginia 23604 2. RESEARCH OPPORTUNITY DESCRIPTION The following Technical Topic Areas (TTAs) are representative only. They are provided to help interested offerors understand the classes of needs and their potential scope. Individual Calls will specify the specific research area(s) being solicited. 1. Engines & Drive Trains. 2. Rotors & Vehicle Management Systems 3. Platform Design & Structures. 4. Aircraft & Occupant Survivability. 5. Aircraft Weapons & Sensors. 6. Maintainability & Sustainability. 7. Unmanned & Optionally Manned Systems. 8. Degraded Visual Environment. 9. Special Operations. 3. AWARD INFORMATION 3.1. Anticipated Award Date The anticipated award dates will be specified within each Call. 3.2. Anticipated Funding for the Program No funding has been specifically reserved for this BAA. The number, and variety of awards possible, including any associated resources made available to support the initiatives under this BAA, will depend upon the quality of submissions received and the availability of funds. The anticipated funding levels will be specified within each Call. This BAA is an expression of interest only and does not commit the Government to pay proposal or any other costs incurred in responding to Calls. Costs associated with paper/proposal preparation and submission are not considered allowable direct costs to any resulting award. However, these costs may be allowable for contracts as indirect costs as specified in FAR 31.205-18. Note: Any estimated funding amounts are not a promise of assured funding in that amount. Funding is uncertain and is subject to change. Changes in availability may occur as a result of Government discretion or fiscal constraints. 3.3. Type of Contract/Instrument A variety of funding instruments are available for award depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements. Individual Calls may limit the Call award to a specific type of contract or instrument. The type of funding instrument is a subject for negotiation, but the offeror's desire shall be clearly stated in the cost proposal. Offerors should familiarize themselves with the various types and the applicable regulations prior to proposal submission. Among the available funding instruments are: 3.3.1 Grants and Cooperative Agreements under 10 U.S.C. § 2358 and Technology Investment Agreements (TIA) as described in 32 C.F.R. §§ 21-37 and Chapter XI of Title 2, Code of Federal Regulations either as a cooperative agreement in accordance with 10 U.S.C § 2358 or Other Transaction (OT) in accordance with 10 U.S.C.§ 2371. TIAs are more flexible than traditional Government funding instruments. 10 U.S.C. § 2371 requires recipients to cost share at least 50% of the estimated cost of OTs and it is DoD policy to obtain, to the maximum extent practical, cost sharing of half the cost of the project entered into as a cooperative agreement under the authority of 10 U.S.C. § 2358. The purpose of the cost share is to ensure the recipient has a vested interest in the project's success. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the 32 C.F.R. § 37.530. No fee or profit is allowed with this type of instrument. 3.3.2 Other Transaction Agreements for Prototype Projects as authorized by 10 U.S.C. § 2371b and 32 C.F.R. Part 3. Eligibility is open to any company; however, there are conditions for traditional defense contractors. Traditional defense contractors must either partner with a non-traditional defense contractor to a significant extent or contribute at least one third of the cost of the project. In general, a non-traditional defense contractor is one who is not performing and has not performed for at least one year from the Call solicitation date, work for DoD that is subject to full Cost Accounting Standards (CAS) coverage as prescribed under 41 U.S.C. § 1502 and the implementing regulations. 3.3.2 Procurement Contract in accordance with the Armed Services Procurement Act and the Federal Acquisition Regulation, as supplemented. Potential contract types include cost sharing; Cost-Plus-Fixed-Fee (CPFF); and firm fixed price (FFP). The principal purpose of the instrument is to acquire property or services for the direct benefit or use by the Federal Government. 3.4. Number of Awards Anticipated Multiple awards are anticipated; however, the total number of awards under this BAA is unknown. 3.5. Anticipated Period of Performance for Individual Awards The individual Calls will establish the desired period of performance for each award. 3.6 This Broad Agency Announcement (BAA) is intended to fulfill requirements for scientific study and experimentation directed toward advancing state-of-the-art technologies and/or increasing knowledge and understanding as a means of eliminating current technology barriers. This BAA identifies ADD-AATD research/exploratory development areas of interest and provides prospective offerors information on the preparation of white papers and proposals along with proposal evaluation factors. Please note that, typically, research resulting from work executed under the Calls issued under this BAA leads to an additional requirement for services being provided by the applicable contractor or recipient in support of testing and development to evaluate the measures of merit and performance enhancement capability. However, it is not possible at the time of release of this announcement, or at the time of award of the funding instrument, to accurately anticipate if these services will be required or if it is possible to anticipate the level of effort required. In addition, the technology explored under this BAA typically has application across the various branches of the Department of Defense (DoD). In order to satisfy the unique needs of these different branches and to ensure a proper job is done in the evaluation of the applicable technology, funding instrument modifications which add new Contract Line Item Numbers (CLINs) and/or expand on current CLINs for services providing flexibility in technology assessment (with technology transition as the ultimate goal) may be executed. In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting funding instrument, and, therefore, will have met the requirements of the Federal Acquisition Regulation (FAR), DoD FAR Supplement (DFARS), and the Competition in Contracting Act (CICA). The benefit of this flexibility to the Government and ultimately the taxpayer is a significant increase in the R&D return on investment. The flexibility to have multiple users (branches of the military) in the technology evaluation cycle is absolutely critical and allows systems and technologies to be developed in a manner that has broader DoD market applications. These can then be modularly reconfigured to meet goals and objectives for all DoD services. The Government reserves the right to select for award any, all, or part of a proposal received in response to the Calls issued under this BAA and intends to incrementally fund any resultant award instrument, depending on available funding and the period of performance. 3.7. Deliverables The individual Calls will establish the desired deliverables for each award. 4. ELIGIBILITY INFORMATION 4.1. Eligibility. This BAA is open to all responsible sources. Offerors may include single entities or teams from industry and academia. 4.2. Nonprofit Organizations, Educational Institutions and Small Business Set Aside The Government encourages Nonprofit Organizations, Educational Institutions, Small Businesses, Small Disadvantaged Business (SDB) concerns, Historically Black Colleges and Universities (HBCU), Minority Institutions (MI), Women-Owned Businesses (WB), and Historically Underutilized Business (HUB) zone enterprises as well as large businesses, and academic institutions to submit research proposals for consideration and/or to join others in submitting proposals; however, no portion of the BAA will be set-aside for these special entities pursuant to FAR Part 19.502-2, because of the impracticality of reserving discrete or severable areas of research and development in any specific requirement area. 4.3 Federally Funded Research and Development Centers (FFRDCs) and Government entities. FFRDCs and Government entities (e.g., Government/National laboratories, military educational institutions, etc.) are subject to applicable direct competition limitations and it is anticipated that they will not propose to Calls issued under this BAA. FFRDCs considering submission of a white paper or proposal in response to a Call under this BAA cannot do so unless the following conditions are specifically met: (1) FFRDCs must clearly demonstrate that the proposed work is not otherwise available from the private sector, and (2) FFRDCs must provide a letter on official letterhead from their sponsoring organization citing the specific authority that establishes the FFRDCs eligibility to potentially compete with industry by proposing to Government solicitations, and (3) FFRDCs must include information that substantiates compliance with the FFRDCs associated sponsor agreement terms and conditions. This information is required irrespective of whether the FFRDC proposes as a prime, first-tier subcontractor, or lower-tiered subcontractor at any level. Government entities desirous of proposing anything under this BAA cannot do so unless they clearly demonstrate: (1) the proposed work is not otherwise available from the private sector, and (2) provide official written documentation citing the specific statutory authority and contractual authority, if relevant, establishing their ability to propose to Government solicitations. ACC will consider eligibility considerations provided by FFRDCs and Government entities on a case-by case basis, however, the burden of proof to establish eligibility rests with the respondent. 4.3 Foreign Entities. Participation is limited to U.S. Firms as Prime Contractors; however, foreign owned entities can participate as subcontractors/recipients to U.S. prime contractors/recipient. The U.S. prime entity retains responsibility for compliance with U.S. export controls. Countries included in the U.S. State Department List of Countries that support Terrorism are excluded from participation. Interested entities must address export compliance of any foreign participants in its cost volume. 4.4 System for Award Management (SAM). Offerors are required to register in the SAM database https://www.sam.gov prior to award and continue to maintain an active registration with current information throughout the period of any Federal award. 5. APPLICATION AND SUBMISSION INFORMATION Individual Calls will use either the two-step white paper/proposal submission process or a full proposal submission process. The following section provides general instructions for submission of responses. Individual Calls may contain additional submission requirements; offerors are cautioned to review each Call for detailed instructions. 5.1. Two-Step, White paper/Proposal Submission Process A Call using the two-step white paper/proposal submission process will require interested parties to submit a white paper for Government evaluation. For those white papers the Government evaluates as being scientifically meritorious and affordable, the Government will invite the offeror to submit a full proposal. The request may ask for either a portion of the proposed research effort or the full effort based upon the Government's evaluation of the white paper. 5.1.1 First Step. Individual Calls will establish the desired research and development topics along with a date for submission of a white paper. Each white paper shall address only a single topic area and proposed research effort. Offerors may submit more than one white paper, but as stated each white paper can only address a single proposed research effort. The white paper shall follow the following format: Paper size: 8.5-by-11-inch paper Spacing: Single-spaced Margins: One-inch margins Font: Times New Roman, not smaller than 12 point Number of pages: As specified in each Call. Sources can include a one page cover letter that will not count towards this page limitation. Offeror point of contact (including email and telephone number) shall be included in the cover letter where one is provided and within the white paper, when a cover letter is not provided. Pages in excess of the page limitations will not be read or evaluated. The white paper shall provide sufficient technical information on the proposed research effort (e.g., the hypothesis, theories, concepts, approaches, data measurements, and analysis, etc.) to allow for Government evaluation along with short summaries of the offeror's institutional and investigator experience relative to the research effort. The estimated cost of the research effort shall also be provided. The Government may request additional information regarding an individual white paper if needed to support the Government's evaluation. 5.1.2. Second Step. Upon completion of Government evaluation of the white papers, the Government will request full proposals from only those offerors whose white papers were evaluated as meritorious under the evaluation criteria and funding is anticipated to be available. The offerors that receive such a request for full proposals will provide a proposal that is consistent with the format specified in paragraph 5.2.2 and 5.2.3 of this BAA. The Government will only award upon determination that sufficient Government funding is available and agreement with the offeror upon an acceptable technical approach, terms and conditions, and an affordable cost. 5.2. Proposal Submission Process 5.2.1. A Call may state that proposals are sought without submission of a white paper as a first step as described in paragraph 5.1. Offerors may submit one or more proposals addressing any aspect of the Call, and each proposal will be evaluated independently. 5.2.2. Proposal Format Proposals will consist of two volumes: Volume 1 - Technical Proposal Volume 2 - Cost/Price Proposal For each volume, the following format shall apply: Paper Size - 8.5-by-11-inch paper Margins - One-inch margins Spacing - Single- or double-spaced Font - Times New Roman, 12 point. Text embedded within graphics or tables in the body of the Project Description Form shall be legible and not smaller than 8 point. Number of Pages - The individual Calls using the full proposal process will state any page limitations. Volume 1 (Technical Proposal): Proposals exceeding the page limit stated in the Call will not be evaluated. The Official Transmittal Letter, as well as the cover page, table of contents and resumes/biographical information about potential performers in the proposal are not subject to the page limitation. Copies - A proposal shall consist of one electronic file for the Technical Proposal volume and one electronic file for Cost proposal volume. Electronic files will be in portable document format (PDF), readable by IBM-compatible PCs. Each file size must be no more than 10 MB. Proprietary or Export Control Marking: Offerors are expected to appropriately mark proprietary and/or export controlled information contained in their proposals. For additional information regarding export controlled information, refer to bullet "Export Control" identified in Proposal Content below. 5.2.3. Proposal Content Volume 1: Technical Proposal Volume I of the proposal shall be in the form of a Technical Proposal volume. Responsiveness to the order and content of sections listed in Volume I is important to assure thorough and fair evaluation of proposals. Nonconforming proposals may be rejected without review. The Technical Proposal must include the following sections: Official Transmittal Letter: This is an official transmittal letter with authorizing official signature. For an electronic submission, the letter may be scanned into the electronic proposal. Cover Page: This shall include the words "Technical Proposal" and the following: 1) BAA number; 2) Call number; 3) Title of Proposal; 4) Identity of prime Offeror and complete list of subcontractors, if applicable; 5) Technical point of contact (name, address, phone/fax, electronic mail address); 6) Administrative/business point of contact (name, address, phone/fax, electronic mail address); 7) Duration of effort (separately identify the basic effort and any options if applicable) 8) Prospective offerors shall state the certifications in the System for Award Management (SAM) at www.sam.gov have been completed and shall provide the Certification Validity period; and 9) The signature and title of an authorized representative of the entity submitting the proposal. If multiple organizations are participating, one signature from the principal/leading organization is acceptable. Table of Contents: Executive Summary: Summarize the proposal and the expected benefits of the research effort. Proposal: Describe the proposed research effort and the associated technical and management issues keeping in mind that evaluators will be reviewing the proposal consistent with the evaluation criteria listed below; i.e. Technology, Approach, and Capability. The Technical Volume shall provide detail that substantiates the selection of the technologies proposed, to include benefits of the proposed technology relative to the topic objective. The Technical Volume shall include a clear statement of the technical objectives and the specific approach to be pursued and supporting background experience. Performance Goals: Describe the overall methodology and how it will meet the program objectives and the specific Call objectives. Detailed Technical Approach: The Technical Volume shall provide detail that substantiates the selection of the technologies proposed, to include benefits of the proposed technology relative to the Call and topic objectives. Statement of Research Effort and Statement of Work (SOW), Schedule, and Milestones: The Technical Volume shall contain a Statement of Research Effort (objective-based) and Statement of Work (detailed tasks), schedule with milestones, a biographical section describing relevant capabilities of key personnel, a description of the facilities and/or data sources to be employed in the effort, and a program management section. Offerors shall identify and substantiate the beginning and ending Technology Readiness Levels. Describe how each task will be performed and identify sub-tasks, if appropriate. The proposals must include a severable, (as described below) self-standing SOW without any proprietary restrictions, which can be included or attached to the contract or agreement award. Deliverables: Provide a brief summary of all deliverables proposed, including data, and reports consistent with the objectives of the work, along with suggested due dates (calendar days after the effective date of award). Data rights offered for all data deliverables shall be clearly identified. This includes any deliverables identified in the Call. This section shall be severable; i.e. it will begin on a new page and the following section shall begin on a new page. Management Plan: Provide a brief summary of the management plan, including an explicit description of what role each participant or team member will play in the project, and their past experience in technical areas related to this proposal. Facilities: List the location(s) where the work will be performed, and the facilities to be used. Substantiate availability of facilities. Describe any specialized or unique facilities which directly affect the effort. Government-Furnished Resources: Provide a brief summary of required information, hardware, facilities, or data which must be provided by the Government to support the proposed work, if any. Resumes for Key Personnel: In Appendix A, provide resumes and curriculum vitae (CVs) for each of the key personnel. These resumes do not count toward the page limit. Security Requirements: Research efforts selected and funded under this BAA will likely generate technical data that is subject to export control laws and regulations. Offerors who propose performance requiring access to and/or generation of technical data the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or Executive Order 12470 must be registered and certified with the Defense Logistics Services Center (DLSC). Contact the Defense Logistics Services Center online at http://www.dlis.dla.mil/jcp/ for further information on the certification process. Offerors must have and provide to the Government a verifiable Joint Certification number or submit a copy of the Offeror's approved DD Form 2345, Militarily Critical Technical Data Agreement, with its proposal. Assertion of Data Rights: Include here a summary of any assertion of Offeror restrictions on Government use of any technical data or computer software that will be developed or delivered under any resultant award using DFARS provision 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions. This includes any assertions to pre-existing results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. Any rights asserted in other parts of the proposal that would impact the rights in this section must be cross-referenced. If less than unlimited rights in any data or software to be delivered under the resultant award are asserted, the Offeror must explain how these rights in the data will affect its ability to deliver research data, subsystems, and toolkits for integration as set forth below. Additionally, the Offeror must explain how the program goals are achievable in light of the proprietary and/or restrictive limitations. If there are no claims of proprietary rights in pre-existing data, this section shall consist of a statement to that effect. For technical data (other than computer software documentation) pertaining to items, components, or processes developed at private expense, identify both the deliverable technical data and each such item, component, or process as specifically as possible (e.g., by referencing specific sections of the proposal or specific technology or components). For computer software or computer software documentation, identify the software or documentation by specific name or module or item number. The Offeror shall include copies of negotiated, commercial, and other non-standard licenses that affect any software that will be further developed and/or delivered to the Government. Offeror shall attach to its offer for each listed item copies of all proposed negotiated license(s), Offeror's standard commercial license(s), and any other asserted restrictions other than Government Purpose Rights; Limited Rights; Restricted Rights; rights under prior Government contracts, including Small Business Innovation Research (SBIR) data rights for which the protection period has not expired; or Government's minimum rights. VOLUME 2: Price/Cost Proposal The Price/Cost Proposal shall consist of a cover page and two parts; Part 1 and Part 2. Part 1 will provide a detailed cost breakdown of all costs by cost category and Part 2 will provide a Cost breakdown by task/sub-task using the same task numbers in the Statement of Work. If options are applicable, they shall be separately priced. Technical information included within the Cost Volume will not be evaluated or considered in the rating of technical merit. Cover Page: The use of the SF 1411 is optional. The words "Price/Cost Proposal" shall appear on the cover page in addition to the following information: 1) BAA number; 2) Call number; 3) Title of Proposal; 4) Identity of prime Offeror and complete list of subcontractors, if applicable; 5) For Prime and all major subcontractors include the CAGE; DUNS and TIN numbers for each entity. 6) Technical point of contact (name, address, phone/fax, electronic mail address); 7) Administrative/business point of contact (name, address, phone/fax, electronic mail address); 8) Duration of effort (separately identify the basic effort and any options) 9) Prospective offerors shall state the certifications in the System for Award Management (SAM) at www.sam.gov have been completed and shall provide the Certification Validity period; and 10) The signature and title of an authorized representative of the entity submitting the proposal. If multiple organizations are participating, one signature from the principal/leading organization is acceptable. Part 1: Part 1 shall include and substantiate a funding profile that shows total project cost and cost elements (labor hours, labor categories/mix, subcontracts, travel, materials, and any other direct costs) by month and Government fiscal year. This information shall be provided for both the total project and for each Statement of Work (SOW) task. All pricing rates used, and equipment and materials required shall be included. The individual tasks proposed shall be priced separately in order to facilitate selection and potential award of individual parts of the proposed effort. The Offeror shall provide a total estimated price for major demonstrations and other activities associated with the program, including cost sharing, if any. The Offeror shall state whether any Independent Research and Development (IR&D) program is or will be dedicated to this effort, or if IR&D is being pursued to benefit related programs as well. Subcontractor cost proposals, if applicable, including pricing rate details, shall be provided concurrent with the prime contractor's submission. Any cost sharing proposed shall include the type of cost share; i.e. cash or in-kind. Cost share or in-kind contributions, if proposed, shall be clearly identified. If in-kind contribution is proposed, the Offeror shall provide a discussion of how that cost share was valued. If proposing cost share for cooperative agreements, as described in paragraph 3.3. Type of Contract/Instrument, rationale for the amount proposed shall be provided. Proposal validity period (180 days requested) and proposed funding instrument shall be clearly identified. Direct Labor - Individual labor category or person, with associated labor hours and unburdened direct labor rates; Indirect Costs - Fringe Benefits, Overhead, G&A, COM, etc. (Must show base amount and rate) Travel - Number of trips, destinations, durations, etc. (Travel estimate shall include costs for an initial kick-off meeting at the site designated in the individual Call and a final program presentation as part of the reporting on the results of the research effort); Subcontract/Subrecipient - A cost proposal (in as much detail as the Offeror's cost proposal) will be required to be submitted by the subcontractor/subrecipient. The subcontractor's cost proposal can be provided in a sealed envelope with the Offeror's cost proposal. Consultant - Provide consultant agreement or other document which verifies the proposed loaded daily/hourly rate; Materials--Materials shall be specifically itemized with costs or estimated costs. Where possible, indicate purchasing method, (Competition, engineering estimate, market survey, etc.) Other Directs Costs (ODC) - ODCs shall be itemized, particularly any proposed items of equipment or facilities. Equipment and facilities generally must be furnished by the contractor/recipient. Justifications must be provided when Government funding for such items is sought. Indirect Costs - (Overhead, General and Administrative (G&A), other) Provide the most recent rates, rate agreements, the period to which the rates apply and whether the rates are provisional or fixed. Include a copy of the rate agreement. If proposing Facilities Cost of Money include the DD Form 1861. Subcontractor Cost Proposals - Subcontractors' cost proposals must be similarly structured. All subcontracted work must be appropriately identified as such. If a subcontractor elects to submit an abbreviated proposal to the Offeror, it is the Offeror's responsibility to ensure that the subcontractor submits a detailed proposal concurrently with the Offeror's submission. An Offeror's proposal must identify principal items/services to be subcontracted, prospective subcontractors, and the basis upon which they were selected (if non-competitive provide justification). Include the type of contractual arrangement contemplated and the rationale for determining the price reasonable. Fee/Profit If fee/profit are permitted by statute and regulation, include fee percentage. Part 2: Cost breakdown by task/sub-task by month using the same task numbers in the Statement of Work. The Price/Cost Proposal shall be consistent with the Offeror's proposed SOW. Activities such as demonstrations required to reduce the various technical risks shall be identified in the SOW and reflected in the Price/Cost Proposal. 6. EVALUATION INFORMATION Calls under this BAA will generally use the evaluation criteria below for both the two-step white paper process and the proposal process. Individual Calls may elaborate on the criteria or substitute criteria specific to the individual Call. Offerors are cautioned to review the individual Calls. The Government anticipates receiving proposals with varying technical/scientific approaches. The Government will evaluate in accordance with evaluation criteria specified below using a scientific review process. The Government will not evaluate white papers and proposals against each other since offerors will not submit these in accordance with a common work statement. 6.1. Technical Evaluation Criteria The Government will evaluate white papers and proposals through an independent technical review using the following criteria, which are listed in descending order of relative importance. Criterion I: The extent to which the proposed effort satisfies the Army research need by use of innovative, efficient, affordable, and suitable solutions to the stated technical objective. Criterion II: The merit of the proposed approach (including reasonableness of the proposed tasks and schedule) to accomplish the scientific and technical objectives. Criterion III: The capability of the Offeror to accomplish the proposed effort, which includes suitability and availability of personnel, facilities, and any necessary data, as well as past performance. Criterion IV: The reasonableness of the Offeror's proposed cost to the Government, which includes the realism of the cost elements (labor hours, labor categories/mix, subcontracts, travel, materials, and any other direct costs), any proposed cost share, and offered data rights. The Government will assign each white paper and proposal an overall risk rating based upon an integrated assessment of the risk of successful performance. 6.2. Cost/Price Criteria Each offeror's cost/price proposal will be evaluated for reasonableness, and analyzed to determine whether the proposed cost is consistent with the offeror's proposed technical approach, and is affordable. The Government reserves the right to award to a lower rated proposal based upon consideration of balancing research and development investment across the overall Government research and development projects portfolio. 6.3. Evaluation Order of Importance Technical Evaluation Criteria is more important than Cost/Price Evaluation Criteria (Section 6.2). NOTE: The Government reserves the right to select for award and fund all, some, or none of the Proposals received in response to individual Calls. When using the two-step process, the Government request for a full proposal does not imply the Government has made a final funding decision. The Government will evaluate proposals submitted as part of the two-step process applying the same criteria above. Based upon this evaluation of the full proposal, a proposal will receive a final rating using the criteria. 6.4. Evaluation Standards & Terms To assist offerors in understanding the Government evaluation results, the Government peer review organization (PRO) will use the following definitions in its assessment of white papers/proposals. 6.4.1 Technical Criteria: Exceptional. Exceeds most but meets all other specified performance or capability criteria in a beneficial way to the DoD; has a high probability of satisfying the requirement; offers significant technical innovation or meritorious approach. Good. Meets most and exceeds some specified performance or capability criteria; has good probability of satisfying the requirement; offers some technical innovation or sound approach. Acceptable. Meets specified performance or capability criteria; has acceptable probability of satisfying the requirements; approach offers some degree of technical innovation and/or reasonable approach. Marginal. Fails to meet some specified performance or capability criteria; has low probability of satisfying the requirement; affords little innovation and takes an approach with little merit. Unacceptable. Fails to meet most or all specified performance or capability criteria and thus is deemed incapable of satisfying the requirement; contains one or more major deficiencies that would require a major revision to the proposal to make it correct. The cumulative effect of numerous weaknesses may result in the proposal being assigned one or more minor deficiencies. The cumulative effect of numerous minor deficiencies may result in the proposal being assigned a major deficiency. In other words, while the individual deficiencies may be correctable, the deficiencies are so numerous and extensive as to require the offeror to essentially re-propose. 6.4.3. Additional Evaluation Term Definitions: "Strength" is a feature, item; technique or methodology which stands out as a significant benefit to enhance the effective execution of the program. "Weakness" is a feature, item, technique or methodology that detracts from the proposal merit. Ambiguities or omissions found within the proposal are weaknesses when the uncertainty or lack of information presents doubt concerning the likelihood of meeting the performance objectives. A weakness has no substantial impact on cost, schedule, or technical approach. "Deficiency" is any part of the offeror's proposal that does not meet an objective stated in the announcement. A "minor deficiency" can be corrected through negotiation, and will likely result in changes to cost, effort, schedule or approach. A "major deficiency" is a major item and/or gross omission that will preclude meeting objectives and/or will result in substantial impact on areas of cost, effort, and schedule. "Clarification/Negotiation Issue" addresses any part of the offeror's proposal that could be improved or corrected through discussions to either ensure mutual understanding or to affect the best possible contractual performance and optimum contractual terms. 6.4.4. White paper/Proposal Categories: Category I: Well conceived, scientifically or technically sound white papers/proposals pertinent to program goals and objectives with applicability to DoD mission needs, and offered by a responsible offeror with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. White papers/proposals (or portions thereof) in Category I are recommended for acceptance and funding is available. Category II: Scientifically or technically sound white papers/proposals that may require further development and can be recommended for acceptance, but are at a lower priority than Category I. White papers/proposals in this category are not always funded. Category III: White papers/proposals which are recommended for rejection for the particular call under consideration. 6.5. Notification to Offerors of Evaluation Findings Once the proposal evaluation process is complete, offerors will be notified via e-mail, or in writing, of selection or non-selection. Offerors not selected for an award may request feedback regarding the evaluation findings of submitted proposals. A written request to the Contracting Officer must be received within 3 calendar days after receipt of notification of non-selection. 7. OTHER INFORMATION 7.1. Information for Proposal Respondents This BAA is for planning purposes only. It will not be construed as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to the BAA and the Government's use of such information. Respondents to BAA may be requested to provide additional information based on their submittals. Unnecessarily elaborate responses containing extensive marketing materials are not desired. Technical and cost proposals, or any other material, submitted in response to BAA will not be returned. However, depending on the markings on the proposal, the Government will adhere to FAR policy on handling source selection information and proprietary proposals. It is the policy of DoD to treat all proposals as sensitive competitive information, and to disclose their contents only for the purpose of evaluation. Any inconsistency in this BAA and any Call published hereunder shall be resolved by giving precedence to the Call. 7.2. Export Control Considerations International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR) may apply to one or more of the Calls under this BAA. Potential offerors retain responsibility for compliance with these export regulations. 7.3. Security Classification Individual Calls will identify any applicable security requirements. 7.4. Subcontracting Plan For funding instruments that are procurement contracts under the Armed Services Procurement Act and the Federal Acquisition Regulation, successful contract proposals that exceed $700,000.00, submitted by all but small business concerns, will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9, prior to award. 7.5. Government Furnished Data, Equipment, Property, or Facilities It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for the use of any Government furnished data, equipment, property, or facilities. 7.6. Contract Award by Agencies Other Than Army Contracting Command The Government will evaluate submitted white papers and proposals in accordance with the procedures specified in this BAA. The Government puts potential offerors on notice that other contracting offices besides Army Contracting Command - Redstone may negotiate and ultimately award funding instruments under this BAA. These other federal entities may include: Air Force Research Laboratory (AFRL), Air Force Life Cycle Management Command, Naval Research Laboratory, Naval Research Office, Naval Air Systems Command (NAVAIR), and United States Special Operations Command (USSOCOM). Consequently, resultant funding instruments may require additional agency specific clauses and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9e952f61e12b282dcbc0b25dde382e7)
 
Place of Performance
Address: 401 Lee Blvd., Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04368927-W 20170113/170111234222-c9e952f61e12b282dcbc0b25dde382e7 (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  © 1994-2020, Loren Data Corp.