Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2004 FBO #0993
SOLICITATION NOTICE

A -- Broad Agency Announcement (BAA) for applied research in land mine and improvised explosive devices (IEDs) detection and neutralization technologies.

Notice Date
8/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY04R0024
 
Response Due
9/30/2007
 
Archive Date
11/29/2007
 
Point of Contact
Peggy Melanson, 703-325-6096
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(peggy.melanson@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) W909MY-04-R-0024, soliciting white papers for applied research in land mine and improvised explosive devices (IEDs) detection and neutralization technologies, has been posted on the Single Face to Industry website, htt ps://abop.monmouth.army.mil. The BAA is valid through Fiscal Year 2007, unless sooner terminated and is issued under provisions of paragraph 6.102(d)(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive select ion of research and development proposals submitted in response to this announcement. This BAA is intended for the development of research efforts in support of the NVESD Science and Technology Division, Countermine Branch who manages tech base programs i n support of the Army countermine programs. These include advanced technology programs for landmine detection such as integration and evaluation of infrared sensors, electro-optics, laser physics, hyperspectral analysis, target recognition, ground penetra ting and forward looking radar, chemical, nuclear, acoustic sensor technologies and avionic systems, on hand-held, airborne, ground, countermine system/sensors platforms; along with programmatic tasks related to documentation preparation and project coordi nation. These programs also include neutralization efforts such as high-powered RF, microwave, burst laser systems, and projectile delivery systems. Recent activities have expanded the role of NVESD to deal with the threat of IEDs. The overall goal of th is solicitation is to foster new development in countermine science and technology, which may ultimately lead to future operational capabilities as stated and outlined by current acquisition Science and Technology Objective (STO) programs and requirements. By necessity, the applied research efforts in countermine (CM) are technically diverse. The specific thrust areas as set forth in the BAA, are divided into detection and neutralization areas each representing technologies or techniques that would be imp lemented onto handheld, ground vehicular and or air-borne CM platforms. These could also be manned or unmanned robotic, ground vehicular (UGV) and air-borne vehicular (UAV) platforms as well. Threats to be detected and or neutralized include anti-personn el (AP) mines, anti-tank/vehicular (AT) mines, side-attack/off-route mines and improvised explosive devices (IED). The deployments of these threats can be surface emplaced, buried and or obscured by foliage and other debris. These threats are also deplo yed as nuisance, scatterable and patterned targets per military doctrine. Award(s) against this BAA can be made for two years after notification of selectability. The Government contemplates the awarding of Cost Reimbursement (Cost, CPFF) type contract(s ); however, proposals based on other contract types will be considered. The Government reserves the right to select for award all, some, or none of the proposals received. The maximum length of an award will be three years. Prospective offerors should note that this BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation costs generated in response to this announcement. 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. Submission of White Papers is mandatory prior to submission of a full proposal. White papers will be evaluated four times a year and will consist of those White Papers received during the preceding three months. The annual submittal closing periods will be 10 October, 10 January, 10 April and 10 July. White Papers shall be submitted via the IBOP following the instructions provided in the BAA. CECOM-Acquisition Center-Washington Sector will respond to each white paper with an in vitation to propose or a notification that a proposal will not be entertained. Only those invited offerors will be permitted to submit a full proposal. White Papers lacking scientific merit or relevance to Army needs, or those that may fall in areas wher ein funds are not expected to be available, may be rejected without further action. Prior to White Paper submission, potential offerors are encouraged to contact the Topic/Subject Matter Expert. However, after White Paper submission, all questions and dis cussions must directed to the Contracting Officer. The Science and Technology Point of Contact is Mr. Kelly Sherbondy, Tel: 703-704-2448 (DSN: 654-2448), E-mail: Kelly.Sherbondy@nvl.army.mil. The CECOM Acquisition Center Contracting Officer is Ms. Peg gy A. Melanson, Tel: 703-325-6096 (DSN: 221-6096), E-mail: peggy.melanson@cacw.army.mil. The selection of one or more proposals for award will be based on a peer and scientific evaluation of each offerors response (to include both technical and cost as pects) to determine the overall merit of the proposal in response to this announcement. The basis for award, submittal instructions and evaluation criteria are set forth in the BAA. Funds, beyond the current Fiscal Year, are not presently available for th e research interests represented in this BAA, however, funds are planned in the Future Years Defense Plan (FYDP) for this research. No contract award will be made unless appropriated funds are available for payment for the effort being acquired. Offerors are again directed to access the BAA at the Army Single Face to Industry Interactive Business Opportunities Page (IBOP). The URL for the IBOP is https://abop.monmouth.army.mil. In order to be able to access the BAA solicitation W909MY-04-R-0024, and subm it a white paper, a contractor must first be registered on the IBOP. A CAGE Code and DUNS number are required to complete registration for proposal submissions. A contractor employee who is authorized to bind the contractor must complete the registratio n. The process could take several days to finalize the registration and contractors are encouraged to register as soon as possible.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00643724-W 20040815/040813212559 (fbodaily.com)
 
Source
FedBizOpps.gov 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.