Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

A -- BROAD AGENCY ANNOUNCEMENT FOR REPATRIATED PRISONERS OF WAR STUDIES SOL N00244-00-R-0052 DUE 072000 POC Cory Price, Contract Specialist, (619) 532-2395, FAX (619) 532-2287 WEB: Fleet and Industrial Supply Center San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contract Specialist via, cory_l_price@sd.fisc.navy.mil. Broad Agency Announcement (BAA) for the Robert E. Mitchell Center at the Naval Operational Medicine Institute in Pensacola, Florida, Repatriated Prisoners of War (RPOW) Studies. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). The RPOW Study is a mission-oriented initiative that seeks to support several of the functions of the Mitchell Center for Prisoners of War. The Center for Naval Analyses (CNA) will assist the Mitchell Center in the administration, collection, and processing of proposals. The Scientific Advisory Board (SAB) for the RPOW Study has indicated that research should have policy relevance in the following areas: (1) selecting personnel in occupations with a high risk of capture, (2) training personnel in occupations with a high risk of capture, (3) contributing to improving the repatriation process, (4) supporting the families of POWs during the period of captivity and supporting both the POWs and their families after repatriation, (5) diagnosing illnesses and disorders, (6) treating these illnesses and disorders, (7) compensating POWs for disabilities for long-term conditions arising from their captivity, and (8) understanding the nature and determinants of physical and mental health outcomes of POWs. Proposals may be submitted by for-profit and non-profit organizations, public and private organizations, such as universities, colleges, hospitals, laboratories, State and Local government agencies, and eligible agencies of the Federal government. Proposals will only be accepted from domestic institutions, and priority will be given to research teams that have linkages to the Veterans Administration or DOD agencies. Resulting awards will be FIRM FIXED PRICED CONTRACTS. The anticipated award date is October 2000. Because the nature and scope of research proposed in response to this BAA may vary, it is anticipated that the size of an award will also vary. The total funding available is anticipated to be approximately $1 million for this BAA. Contracting Point of Contact (POC): Cory Price, Contract Specialist, 619-532-2395, FAX 619-532-2287, e-mail: cory_l_price@sd.fisc.navy.mil. Technical POC: Joyce McMahon, Deputy for Veterans Studies, Center for Naval Analyses, 703-824-2334, FAX 703-824-2256, e-mail: mcmahonj@cna.org. 1. REQUIREMENTS: Prospective applicants are requested to submit by 21 June 2000 a letter of intent that includes a descriptive title of the proposed research, the name, address, and telephone number of the Principal Investigator, and the identities of other key personnel and participating institutions. The letter of intent may be mailed, faxed, or e-mailed to: Ms. Peggy Downey, Center for Naval Analyses, 4401 Ford Avenue, Alexandria, VA 22302-1498; 703-824-2541 (fax); e-mail: DowneyM@cna.org. Please address questions to Ms. Downey at 703-824-2329. Electronic proposals (PC readable MS-Office or portable document format) are required in conjunction with hard copies and shall be submitted via e-mail to the Contracting POC at cory_l_price@sd.fisc.navy.mil and Technical POC at mcmahonj@cna.org. The original of each proposal shall be sent to Fleet and Industrial Supply Center, Regional Contracts Department, Code 2509, 937 North Harbor Drive, Ste. 0212, San Diego, CA 92132-0212. Proposals must be submitted before 3:00 PM PDT 20 July 2000 to be considered for award. NOTE: This BAA is an expression of interest only and does not commit the Government to pay for any proposal preparation costs. Proposal preparation cost in response to this BAA is not considered an allowable direct charge to any resulting government contract or to any other government contract. It is, however, an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. 2. DELIVERABLE ITEMS: The deliverable should be a Technical Report of a type suitable for publication in a professional journal. The report should be delivered electronically to both code250@nomi.med.navy.mil and mcmahonj@cna.org. Hard copies should be mailed to Captain Michael Ambrose, MC, USN, Head, Robert E. Mitchell Center for Prisoner of War Studies, NOMI, Code 25, 220 Hovey Road, Pensacola, FL 32508-1047 and to Joyce McMahon at CNA, 4401 Ford Avenue, Alexandria, VA 22302-1498. The report will be submitted to the Mitchell Center for Prisoners of War Research Science Advisory Board (SAB) for review concerning confidentiality and privacy requirements. Researchers are not to submit papers resulting from this research for publication until a review has determined that the papers do not inadvertently reveal personal information concerning individual repatriated prisoners of war or family members, or details which might identify individuals. This SAB review is for confidentiality and privacy concerns only. For additional details, contact the Technical POC. 3. SECURITY REQUIREMENTS: This program is anticipated to be unclassified. 4. OTHER SPECIAL REQUIREMENTS: (a) Proposals shall be valid for a period of not less than 180 days. (b) All proposals shall be accompanied by a completed certification package that is provided at the Fleet and Industrial Supply Center San Diego (FISC-SD) web site http://www.sd.fisc.navy.mil under Contracting, Government Contractor, Request for Proposals. (c) All proposals shall contain a letter authorizing the release of proposals and all deliverables to CNA. 5. ADDITIONAL INFORMATION: Government-Furnished Property/ Contractor Acquired Property are not contemplated for this effort. OFFERORS ARE ADVISED THAT ONLY CONTRACTING OFFICERS ARE LEGALLY AUTHORIZED TO CONTRACTUALLY BIND OR OTHERWISE COMMIT THE GOVERNMENT. 6. PROPOSAL PREPARATION INSTRUCTIONS: (a) As appropriate, proposal questions should be directed to the cognizant POC listed above. (b) A technical and price proposal, preferably submitted in separate volumes, is required. (c) Proposals shall reference BAA Number N00244-00-R-0052, and shall identify the subject area of the proposal. (d) Price Proposal: Certified cost and price data is not required, but a cost proposal/price breakdown shall be submitted. (e)Proposed periods of performance normally should not exceed 12 months, however, if conditions warrant, longer performance periods may be approved. The period of performance should begin the later of 1 November 2000 or the date of contract award. (f) The contractor's proposal (or any part thereof) may be incorporated into the resultant contract by reference, and may be disclosed by the Government for any purpose, unless specifically marked with restrictive language. The proposal may be released outside the Government for purposes of peer or scientific review. (g) Page Limitations: The technical proposal, including all information/indexes/foldouts/photographs/ appendices/attachments, shall be limited to 50 pages (double-spaced). Pages in excess of this limitation will not be considered by the Government. Price proposals have no limitation; however, offerors are requested to keep price proposals to a 5 page (single-spaced) maximum. A page is defined as 8 1/2 inches by 11 inches. The font size should not be less than 12 pitch. (h) PROPOSALS SHALL BE SIGNED BY PERSONS AUTHORIZED TO CONTRACTUALLY BIND THE OFFERING ORGANIZATION. The technical proposal must include the following: 1.Proposal Cover including Certification Concerning Special Information For Animal Experiments and For Human Experimentation -- download from the FISC-SD web site http://www.sd.fisc.navy.mil. 2.Technical, Biographical, and Supporting Information: a. Concise (approximately 200 words) abstract of the proposed research effort. b. Description of the proposed work in sufficient detail for evaluation, including the scientific background, objective, and technical approach for each proposed task. Appropriate references to the scientific literature should be cited. This section should not exceed 20 pages. c. Biographical information of each Principal Investigator/ Co-Principal Investigator, including lists of his/her publications, professional activities (e.g., organizing and/or serving on a program committee of conferences/workshops; chairing technical meetings; technical presentations (indicate if invited); editing journals; serving as reviewer for publications/proposals or as a consultant), patents, honors, awards and other accomplishments. d. Information describing specific research and experience. Resume/bullet style is acceptable (5 pages maximum). e. Listing and description of involvement in other research projects currently undertaken by the applicant, whether or not acting as a principal investigator. f. Listing of other pending research proposals (title, amount, where pending), including other agencies receiving this proposal. g. Extent of the institution's financial and other support for the proposed research program. The price proposal shall provide sufficient detail for meaningful evaluation, including price element break-out. Price proposal format and instructions are provided at the FISC-SD web site http://www.sd.fisc.navy.mil. The offeror is required to use the price proposal format specified on the FISC-SD web site, and shall provide the completed price proposal cover page with the proposal package. 7. BASIS FOR AWARD: Proposals for efforts which comply with BAA use as defined in FAR 35.016 and comply with other requirements identified in this announcement will be competitively evaluated in accordance with NAVSUP Clause GREATEST VALUE EVALUATION. Offers will be evaluated on technical merit, past performance (including past research), socioeconomic merits, and price. Multiple awards may result from this full and open competitive requirement. Historically Black Colleges and Universities, Minority Institutions, Tribal Colleges and Universities, and small, HUBZone small, small disadvantaged, and women owned small businesses are encouraged to participate. The socioeconomic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities for Small Businesses, HUBZone small businesses, Small Disadvantaged Business, Woman-Owned Small Business Concerns, Historically Black Colleges and Universities, Minority Institutions, and Tribal Colleges and Universities. The standard industrial classification code for this requirement is 8732 with the small business size standard of $5 million. In addition, proposals submitted by large businesses for contract awards exceeding $500,000 must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9. The technical evaluation criteria are listed below in no particular order of importance: 1) Knowledge and familiarity with POW health issues 2) Compatibility of research questions with Science Advisory Board topics of interest (physical and mental consequences of captivity and torture, families and POW reintegration) 3) Proposal quality, scientific merit (e.g., thoroughness, clarity, parsimony) 4) Feasibility of research design 5) Potential impact of research results 6) Adequacy of plans to ensure protection to POWs and families regarding issues of confidentiality and re-traumatization; The past performance criteria are as follows (listed in no particular order of importance): 7) Research experience of principal investigator/team 8) Research publications addressing POW health and/or POW issues 9) Research track record of institution 10) Institutional support for the proposed research effort. The availability of funds may be considered when deciding the number of awards and dollar value of awards. Technical merits combined are equal to past performance and significantly more important than socioeconomic merits. Technical merits, past performance and socioeconomic merits when combined are significantly more important than price. The technical, past performance, socioeconomic merits, and price information will be evaluated at the same time. Specifically, any proposals received will be evaluated and classified into one of the following three categories: (a) Category 1 -- Technically sound proposals pertinent to program goals and objectives (including funding availability), and offered by a responsible contractor with the staff and supporting sources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance and normally will be displaced only by other Category I proposals. All Category 1 proposals may not be funded. (b) Category II -- Technically sound proposals pertinent to program goals that may require further development and can be recommended for acceptance, but are at a lower priority than Category I. Proposals in this category are not always funded. (c) Category III -- Proposals that are not technically sound or do not meet agency needs. This includes proposals for research in an area for which there are not sufficient funds to support the proposed effort and/or proposals for research which are similar to work currently underway or previously completed. Proposals in Category III are recommended for rejection for the particular announcement under consideration. Once each proposal is evaluated and categorized, it may be necessary to hold the award/no award decision for Category I and/or Category II proposals until funding becomes available. The Navy reserves the right to select for award any, all, part, or none of the proposals received. 8. MISCELLANEOUS: IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 01 June 1998. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Ensure compliance with this regulation when submitting your proposal. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com for more information. All FAR and DFARS clauses referenced in this BAA may be accessed in full text at: http://www.farsite.hill.af.mil. See Numbered Note 26. Posted 06/02/00 (W-SN461066). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0010 20000606\A-0010.SOL)


A - Research and Development Index Page