Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SOLICITATION NOTICE

A -- RECOVERY--A--BAA EFFORTS FOR THE DEVELOPMENT OF LIGHWEIGHT, FLEXIBLE, COST EFFECTIVE SOLAR ENERGY PHOTOVOLTAICS.

Notice Date
8/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T09RS305
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
Gloria Prettiman, 410.436.1749<br />
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(gloria.prettiman@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The American Recovery and Reinvestment Act is an unprecedented effort to jumpstart our economy save and create millions of jobs, and put a down payment on addressing long-neglected challenges so or country can thrive in the 21st century. The fundamental research solutions sought through his announcement are intended to revive the renewable energy industry and provide the capital over the next three years to eventually double domestic renewable energy capacity. Offerors should be mindful of this objective in their responses to this announcement. This document is a Broad Agency Announcement (BAA) sponsored by the U. S. Army Research Development Engineering Command (RDECOM) Communication and Electronics Research, Development and Engineering Center (CERDEC) and is being funded via the American Recovery and Reinvestment Act and will adhere to all requirements under this Act. The BAA is valid through fiscal year 2011, unless sooner terminated. This BAA is issued under provisions of paragraph 6.102(d)(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive selection of research and development proposals submitted in response to this announcement. Accordingly, proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, The Competition in Contracting Act of 1984. Funding for this program are subject to availability. Companies that originally submitted white papers under W15P7T-09-R-S305 should resubmit their white papers under this revised announcement. The U.S. Army Communications, Electronics, Research and Development Engineering Center (CERDEC) is interested in receiving white papers for applied research, development and demonstration of lightweight, robust, cost effective photovoltatic based power sources, portable power generation and associated component, charger technologies and power management for use in various portable and stationary applications ranging from tens of watts to hundreds of watts. The award will be subject to the final Recovery Act approval and funding. It is anticipated that award made will be firm fixed price contract. Renewable photovoltaic technology is a key research and development area that can provide advanced power and energy solutions increasing Soldier battlefield capabilities. With the soldiers increased use of portable electronic equipment, advances are required in supplying power for such systems. Flexible photovoltaics require improvements in efficiency, flexibility, power management and packaging for use in harsh military environments. Solar technologies hybridized with energy storage such as batteries and capacitors and other renewable technologies such as wind and hydroelectric are potential solutions under this topic as long as they provide enhanced capabilities. Conversion and charging technologies are also required to safely and efficiently recharge batteries and provide power in portable, stationary and mobile platforms. The specific technologies of interest to the Army include but are not limited to the following: 1.Soldier Portable Power "Rucksack type container "Weight less than 9lbs "60 to 100W flexible solar panel "Capability to recharge military lithium ion batteries (BB2590, LI145, LI90, MBITR, etc) "DC outputs to military devices "Daisy chain capability "Operating Temperature range, -20C to 50C 2. Power Station "Transit case type container "Weight less than 100 lbs "250W to 500W of flexible photovoltaic "50W to 200W portable wind turbine "Capability to store 1.0 to 1.2 kWh of energy using standard military BB-2590 lithium ion batteries or 6TL lead acid batteries. System should allow for expansion to higher energies. White Papers, should not exceed ten (10) pages shall be submitted in electronic format via the Army Single Face to Industry Interactive Business Opportunities Page (IBOP). The URL for the IBOP is https://abop.monmouth.army.mil. The IBOP submittal shall include an electronic signature by an individual having authority to enter into a contract. In order to be able to access the RFP and submit a proposal 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 registration. The process could take several days to finalize the registration and contractors are encouraged to register as soon as possible. The Government will evaluate all white papers and provide a written response / proposal invitation to the offerors on or about 04 September 2009. One award is expected An offeror may be selected to submit a proposal, based on the analysis of the white paper. If an offeror is invited to submit a proposal, then the offeror should note that Federal agencies are required to include terms and conditions in contract documents necessary to ensure the transparency and accountability objectives of the Recovery Act are met. To maximize transparency of Recovery Act funds cannot be co-mingled with other agency funding. As a result, no additional funds will be available to supplement the Recovery Act funding. FAC 2005-032 issued on 31 Mar 09 amends the FAR to implement the provisions of the Recovery Act. The revisions include new FAR provisions and clauses and cover the following subjects: Buy American Requirements, Whistleblower Protections, Publicizing contract Actions, Reporting Requirements, and GAO/IG access. FAC 2005-32 also implements Section 871 of the National Defense Authorization Act of 2009 (NDAA) with respect to GAO access to contract employees. FAC 2005-32 is published in the Federal Register at 74 FR 14622. Additional reporting requirements are anticipated. Additional contract clauses may be added. In addition, contractors must be able to meet the contractor qualifications listed in FAR 52.209-5, DFAR 252.209-7001 and 252.209-7002.. Assistance instruments will be subject to 2 CFR PART 176 Requirements for Implementing Sections 1512, 1605, and 1606 of the American Recovery and Reinvestment Act for 2009 for Financial Assistance Awards. Any questions concerning the award(s) process shall be directed to: Jerry Winters by email: jerry.winters@us.army.mil. This special notice expires 21 August 2009 @ 1630 hrs. Therefore, all white papers should be posted on IBOP by 1630 hrs. on 21 August 2009. Proposals shall be submitted via electronic media using Microsoft Office 2000 products (i.e., Microsoft Word and Excel, and Adobe Acrobat version 4.0), in separate files for each proposal volume as set forth below. All information pertaining to a particular volume shall be confined to that file. There will be no formal request for proposal or any further solicitation document issued in regard to this BAA. Therefore, interested parties should be alert for any amendments that maybe published. Amendments to this BAA will be issued through the Army Single Face to Industry Interactive Business Opportunities Page (IBOP) at https://abop.monmouth.army.mil. This BAA will be open for two (2) years from the date of issue.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T09RS305/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ<br />
Zip Code: 07703-5008<br />
 
Record
SN01901458-W 20090808/090806235732-7041cd518556773b32edcf1d4bc9efee (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.