Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
SOLICITATION NOTICE

A -- Broad Agency Announcement for Development and Demonstration of Mine Safety and HealthTechnology

Notice Date
2/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2012-N-14257
 
Archive Date
4/13/2012
 
Point of Contact
Cynthia Y. Mitchell, Phone: 412-386-6434
 
E-Mail Address
akq9@cdc.gov
(akq9@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
BROAD AGENCY ANNOUNCEMENT (BAA) INTRODUCTION: This publication constitutes a Broad Agency Announcement (BAA) by the Department of Health and Human Services, Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. This announcement will remain open until March 29, 2012 or until replaced by a successor BAA. Concept papers must be submitted by March 29, 2012 for funding consideration during fiscal year 2012. NIOSH will not issue paper copies of this announcement and reserves the right to select for award, all, some or none of the proposals in response to this announcement. NIOSH provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NIOSH to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. Awards under this BAA will consist of firm fixed price contracts. Therefore, proposals submitted as a result of this announcement will fall under the purview of the Federal Acquisition Regulations (FAR). I. GENERAL INFORMATION A. Agency Name ¬ Centers for Disease Control and Prevention National Institute for Occupational Safety and Health Office of Mine Safety and Health Research Post Office Box 18070 626 Cochrans Mill Road Pittsburgh, PA 15236 B. Research Opportunity Title - Development and Demonstration of Mine Safety and Health Technology, Office of Mine Safety and Health Research C. Program Name - Office of Mine Safety and Health Research D. Research Opportunity Number - 2012-N-14257 E. Response Date - This announcement will remain open until March 29, 2012. Proposals may be submitted any time during this period; however, concept papers will be reviewed during the times specified later in this announcement. F. Research Opportunity Description ¬ The Mine Improvement and New Emergency Response Act of 2006 (MINER Act) permanently established the Office of Mine Safety and Health Research under the direction of an Associate Director, within the National Institute for Occupational Safety and Health. One purpose of this office is to enhance the development of new technology and technological applications, and to expedite the commercial availability and implementation of such technology in mining environments. The MINER Act grants the Office of Mine Safety and Health Research the authority to (1) award competitive contracts and grants to institutions and private entities to encourage the development and manufacture of mine safety equipment and (2) award contracts to education institutions or private laboratories for the performance of product testing or related work with respect to new mine technology or equipment. This announcement is an opportunity for the award of contracts for enhancing safety in mines. The Office of Mine Safety and Health Research, NIOSH, is soliciting proposals to conduct research, exploratory development, testing, or evaluations of new technologies to improve mine safety, or to adapt technologies from other industries for application in mining environments that could result in improved safety for mineworkers. NIOSH considers the following six topics to be areas of elevated interest, but the BAA is not restrictive to concepts that directly support the program as detailed below. 1. Refuge Chamber Deployment and Occupancy Status during Mine Emergency Situations: Driven by the MINER Act, refuge alternatives are required for all underground coal mines at all working sections. In a post-accident environment, knowing whether or not mine refuge chambers have been deployed and occupied is a critical piece of information when deciding to risk additional lives by sending rescue teams to these locations or to explore dangerous areas of the mine in a post-accident environment. Given the large number of rescue chambers used in underground mines, it is highly desirable to have a low-cost means of transmitting a signal from a rescue chamber that indicates whether or not the chamber has been opened and if it is in use. Further, it is desirable that the communications to the surface is highly robust so that the information can be received even in the event of a complete failure of the mine's primary communications system. One potential concept is a low-cost sensor and transceiver that is placed in the chamber that sends a beacon-type, UHF/VHF radio signal once the chamber is opened. This radio beacon signal would be received by a nearby medium frequency (MF) or Through-the-Earth (TTE) repeater that would convert the signal to MF or TTE frequencies to transmit information to the surface. While the concept is relatively simple, there are many complicating factors: the requirement that the system be approved by MSHA as permissible, the desire, for storage reasons, to eliminate anything in the refuge chamber that requires batteries, the need for all components to be protected so they will survive a disaster, the variability in shelter design, and the desire to identify a particular shelter location among many locations on a non-interfering basis. NIOSH is interested in innovative, low-cost, and practical ways to reliably send a signal to/from a rescue chamber in an underground coal mine to validate whether or not the chamber has been deployed and if it is occupied with survivors after a mine disaster. 2. Technology for Detection of Hazardous Conditions: The mining environment must be properly maintained to provide safe working conditions. Monitoring control interventions, such as ventilation, and sensing unanticipated hazardous conditions, such as methane gas liberation, are critical to ensuring a safe working environment. Recently, regional or mine-wide monitoring of conditions pre- and post-accident has been enhanced through the data transmission capability provided by the communication and tracking infrastructure now mandated for mine use. While these enabling technologies are likely to spur the application of enhanced mine-wide monitoring systems, leveraging this technology for assessment of remote areas of the mine are of particular interest. One such example would be the measurement of conditions in longwall bleeder systems. Bleeder systems provide critical control of methane gas liberation from longwall mining and are required to be actively monitored. However, these bleeder entries do not have access to electrical power and are adjacent to mined-out areas of the mine, exposing personnel who must access these areas to potentially reduced ground stability conditions and a lack of communication. The use of a battery-powered, intrinsically safe, wireless monitoring system would provide the mine operator with the capability to continuously monitor gas in a near real time basis. It is thought that data from this system can be used in conjunction with barometric pressure information to make adjustments in the ventilation in order to maintain working conditions that are as safe as possible. NIOSH is seeking innovative solutions for improving ventilation and gas monitoring in underground mines through the use of advanced mine wide monitoring systems. 3. Battery Technology: Batteries are a common source of power in mining. Applications range from small battery units used to power mine communication and tracking devices to large batteries designed to power large-scale mining equipment. When the mine conditions are compromised, it may become necessary to de-energize the battery to prevent it from serving as a potential ignition source. NIOSH is seeking to identify practical concepts and determine their feasibility in de-energizing or otherwise rendering batteries safe following a catastrophic mining event. 4. Rock Dust Technology: Underground coal mining produces finely divided coal dust that deposits throughout an underground coal mine and serves as a source of combustible material for coal dust explosions. Limestone powder, known as rock dust, is spread throughout the mine workings on a regular basis to prevent explosions. This rock dust serves to inert the coal dust when applied in the proper proportion and it must be dispersed and mixed with the coal dust during the explosion disturbance. Technologies are needed to properly meter rock dust dispersion as an integral component of the coal production cycle to achieve this goal. Active dispersion during the mining cycle must also take into account the aerodynamics of the rock and coal dust dispersion to ensure adequate coverage is achieved. Once deposited, moisture or water can cake the rock dust and significantly degrade its ability to mix with coal dust and provide adequate inertization to prevent propagation of an explosion. To prevent caking, technologies are needed to transform rock dust into a more hydrophobic material that repels moisture instead of absorbing. NIOSH is seeking technologies to enable proper dispersion and metering of rock dust as an integral component of the mining cycle as well as ways to prevent rock dust caking after it has been deposited to ensure explosion prevention is maintained. 5. Nondestructive Testing of In-Place Seals: Seals are a critical component of explosion prevention in underground coal mines because they are designed to contain any explosion that may develop in abandoned mine areas and prevent explosion propagation into the active mine workings. Recent changes in regulations have increased the design pressure requirements from 20 psi to 50 psi and 120 psi, which increased the thickness of the seals by an order of magnitude. In addition, new materials including cellular concrete have been developed. Although seal designs must be approved by MSHA prior to use in underground coal mines and are required to be examined periodically, there is no current process to conduct nondestructive testing of installed seals to identify anomalies and determine if the seal integrity has been degraded in any way. NIOSH is seeking concepts for nondestructive testing of installed seals in underground coal mines to determine if their capacity to resist designed explosion pressures has been compromised in any way. 6. Roof and Rib Hazard Detection: A leading cause of ground fall accidents in mines is the failure to adequately assess ground conditions. Existing methods are generally subjective and include visual inspection, striking the ground with a scaling bar to qualitatively assess conditions by the sound produced, and gathering information obtained from drilling efforts. Laboratory studies in South Africa and Australia have suggested that commercially available infrared cameras could be used in metal mines to detect loose hazardous ground by the differential in the temperature of the loose rock compared to the intact rock areas. NIOSH is seeking to adapt technologies that can provide improved capacity to identify unstable ground in the skin of the mine entry that requires removal or surface control to prevent injury to mine workers. The primary interest of this broad agency announcement is to promote the modification or final development of practical technologies or systems that can be adopted by the mining community in a short period of time. Under this specific solicitation, proposals to conduct theoretical or basic research will not be considered. The following examples are presented to illustrate appropriate submissions under this solicitation. 1. A safety technology that is currently in a prototype stage, which will require funding for final development and adaptation to the underground coal mining environment. This could include modification of prototypes to account for operation in the challenging underground coal environment, modification to meet permissibility requirements, and/or demonstration of the technology at actual mine sites. 2. A safety technology that is currently being used in another industry and requires modification to be adapted to underground coal mines. This could include system redesign, modification to meet permissibility requirements, in-mine testing to establish the efficacy of the technology, and/or demonstration of the technology at mine sites. 3. Analysis of candidate technologies to establish their potential to improve safety, and/or analyses of barriers to technology application or means of overcoming such barriers. G. NOTE DATES FOR SUBMISSION OF CONCEPT PAPERS Concept papers will be accepted from the release of the solicitation through March 29, 2012. Full proposals for concept papers that are found to be technically acceptable will be due within 30 days after notification by the Contracting Officer. Work that will be completed in 24 months or less is desired under this solicitation, but is not a requirement; projects requiring up to 48 months will be considered. Additional Information: Information and specific questions of a technical business nature only will be accepted via e-mail to the following address: minesbaa@cdc.gov. Include your name and e-mail address on the message. Responses to the e-mail questions will be handled on a first-come basis and generally will be answered within 10 business days. PHONE CALLS WILL NOT BE ACCEPTED. Additional information is also available online at the following address: http://www.cdc.gov/niosh/omshr/minesafetybaa/ H. Instrument Type(s) - It is anticipated that awards will take the form of contracts. 1. Catalog of Federal Domestic Assistance (CFDA) Numbers - N/A 2. Catalog of Federal Domestic Assistance (CFDA) Titles - N/A 3. Other Information - N/A II. AWARD INFORMATION NIOSH plans to make awards that represent the best value to the Government in accordance with the evaluation criteria. NIOSH is seeking participants for this program that are capable of developing and demonstrating the technologies required to achieve the goals described in this announcement. 1. Total Amount of Funding the Program Office expects to Award through the Announcement • $1 to $3 million for the duration of this BAA. 2. Anticipated Number and Estimated Amount of Awards • Given the nature of this work, NIOSH estimates that the typical project envisioned under this solicitation will require between $200,000 and $300,000, although proposals for amounts up to $500,000 will be considered. It is estimated that approximately 4 to 8 awards will be made. 3. Anticipated Award Types • The contracts will be Firm Fixed Price. NIOSH will not issue grants, cooperative agreements, or other transaction agreements under this BAA. III. ELIGIBILITY INFORMATION All potential applicants are eligible. Foreign-owned Offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned Offerors should immediately contact the Contracting Officer; Cynthia Mitchell at (412) 386-6434 or e-mail cmitchell@cdc.gov for information if they contemplate responding. The e-mail must reference the title and BAA number 2012-N-14257. IV. APPLICATION AND SUBMISSION INFORMATION A. Application and Submission Process ¬ Concept Papers are shall be submitted prior to submitting a Full Proposal. NIOSH's initial evaluation of the Concept Papers should give Offerors some indication of whether a Full Proposal would likely result in an award. Initial evaluations of the Concept Papers will be issued via E-mail notification. Detailed technical and cost proposals will be subsequently encouraged from those Offerors whose proposed technologies have been selected as being of "particular value" to NIOSH. However, any such encouragement does not assure a subsequent award. B. Content and Format of Concept Papers/Full Proposals ¬ The proposal submissions will be protected from unauthorized disclosure in accordance with FAR 15.207, applicable law, and regulations. Offerors are expected to appropriately mark each page of their submission that contains proprietary information. Concept Papers 1. Concept Paper Format • Paper Size - 8.5 x 11 inch paper • Margins - 1 inch, all • Spacing - single or double-spaced • Font - Times New Roman, 12 point • Number of Pages - No more than 7 single-sided pages (excluding cover page and resumes). Concept Papers exceeding the page limit may not be evaluated. • Copies - one (1) original, two (2) additional hard copies. 2. Concept Paper Content • Cover Page - The Cover Page shall be labeled "CONCEPT PAPER," and shall include the BAA number, proposed title, Offeror's administrative and technical points of contact, with telephone numbers, fax numbers, and Internet addresses, and shall be signed by an authorized officer. • One page summary of the technical ideas for the proposed research; • One page summary of the deliverables associated with the proposed research; • One page summary of the schedule and milestones for the proposed research, including rough estimates of cost for each year of the effort and total cost; • One page listing of key personnel along with the approximate percentage of time to be expended by each person during each contract year; • Two page concise summary of the qualifications of key personnel, and; • Three page technical rationale and approach that contains arguments to substantiate claims made in the summary of technical ideas and is consistent with the summary of the deliverables and the summary of the schedule and milestones for the proposed research. Full Proposals 1. Full Proposal Format - Volume 1 - Technical and Volume 2 - Cost Proposal • Paper Size - 8.5 x 11 inch paper • Margins - 1 inch, all • Spacing - single or double-spaced • Font - Times New Roman, 12 point • Number of Pages - Volume 1 and Volume 2 are both unlimited as to the number of pages. Limitations within sections of the proposal are indicated in the individual descriptions shown below. Full Proposals exceeding the page limit may not be evaluated. • Copies - one (1) original, two (2) additional hard copies 2. Full Proposal Content Volume 1: Technical Proposal Each section of the Technical Proposal must start on a new page. a) Cover Page: This must include the words "TECHNICAL PROPOSAL" and the following: • BAA number; • Title of Proposal; • Identity of prime Offeror and complete list of subcontractors, if applicable; • Technical contact (name, address, phone/fax, E-mail address); • Administrative/business contact (name, address, phone/fax, E-mail mail address), and; • Duration of research tasks. b) Table of Contents c) Statement of Work: (5 pages) A Statement of Work (SOW) must be provided that clearly details the objectives, scope of work, and the technical approach. Proposals must include a severable, unclassified, self-standing SOW without any proprietary restrictions. It is anticipated that the proposed SOW may be incorporated as an attachment to the resultant award instrument. The Government also reserves the right to modify the proposed SOW based on clarification sessions with the Offer prior to the agreement award. The following SOW format must be used: TEMPLATE FOR PRPARATION OF A STATEMENT OF WORK Title of Project: Provide descriptive title that reflects the proposed effort. Problem Statement or Focus Area: Identify specifically what mine safety problem or focus area this proposal is attempting to resolve. Background - The background section should provide a clear indication of the relevance of the proposed effort and discuss the technology that will be proposed in general, non-technical terms. The background section should address three specific areas: • Identify the enabling technology that is being proposed and how this technology will be used to solve the issue designated in the problem statement. • Identify the state of readiness of the enabling technology and what is needed to bring the proposed technology to the level of development necessary to solve the designated problem. • Identify any known or perceived barriers to the implementation of this technology due to the uniqueness of the mining environment or statutory regulations. Objective - A succinct statement of what will be done relevant to the problem statement and the expected outcome if this effort is funded. Scope of Work - The scope of work should provide a clear description in non-technical terms as much as possible and should also expand on the project objectives and of the major steps that will be undertaken to achieve the proposed outcome. The scope of work should address the following areas: • Current state of the technology. • Specific information addressing the issues expressed in the background section pertaining to how the technology will be developed to solve the problem. • Describes the specific tasks and phases of the work. • Identify the required steps to overcome the perceived barriers to the implantation of this technology. • Milestones that can be used as progress metrics and decision points regarding the development of the technology. • Potential paths or avenues to commercialization. Technical Requirements - This section is designed to spell out precisely what is expected by the contractor in the performance of the work. • Clearly define deliverables to be generated from the described tasks. • Specify the period of performance for the total effort and each task or phase. • Delinate documentation including but not limited to the following: o Monthly technical reports o Phase or milestone reports o Final report o Ad hoc report(s) as needed • Delivery and ownership of products hardware produced under this effort. Reporting Schedule - Describe any reporting requirements including content and format. Special Considerations - Information that does not fit neatly or logically into one of the other sections. Government Furnished Property - Document any government furnished property that is required to complete the scope of work. References - Describes any reference materials that may be relevant to the work being performed. Deliverables - Summary of deliverables to be provided under the contract. *DO NOT INCLUDE THE OFFEROR'S NAME, OR ANY PROPRIETARY DATA OR MARKINGS IN THE STATEMENT OF WORK (SOW). d) Project Schedule and Milestones: (1 page) A summary of the schedule of events and milestones. e) Assertion of Data Rights: (1 page). Include here a summary of any proprietary rights to pre¬existing results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. Any rights made in other parts of the proposal that would impact the rights in this section must be cross-referenced. If there are proprietary rights, the Offeror must explain how these affect its ability to deliver subsystems and toolkits for integration. Additionally, Offerors must explain how the program goals are achievable in light of these 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. f) Qualifications: (5 pages) A discussion of previous accomplishments and work in this, or closely related areas, and the qualifications of the investigators. Key personnel resumes shall be attached to the proposal and will not count toward the page limitations. g) Management Approach: (5 pages) A discussion of the overall approach to the management of this effort, including brief discussions of the total organization, use of personnel, project/function/subcontractor relationships, government research interfaces, and planning, scheduling and control practice. Identify which personnel and subcontractors (if any) will be involved. Include a description of the facilities that are required for the proposed effort with a description of any government furnished equipment/hardware/software/information required, by version and/or configuration (Refer to Section VII). h) Past Performance - As required by FAR 15.305, past performance will be evaluated as part of the contract award process. The government intends to only perform a past performance evaluation on those Offerors who have been recommended for award. This evaluation may require some additional relevant performance information from the Offeror if it is not readily available from prior submissions. DO NOT PROVIDE COMMERCIAL PRODUCT ADVERTISING BROCHURES. Volume 2: Cost Proposal The Cost Proposal shall consist of a cover page and two parts. Part 1 will provide a detailed cost breakdown of all costs by cost category and by calendar/fiscal year. Part 2 will provide a cost breakdown by task/sub task using the same task numbers in the Statement of Work. Options must be separately priced. a) Cover Page: The use of the SF 1411 is optional. The words "COST PROPOSAL" should appear on the cover page in addition to the following information: • BAA number; • Title of Proposal; • Identity of prime Offeror and complete list of subcontractors, if applicable; • Technical contact (name, address, phone/fax, E-mail address); • Administrative/business contact (name, address, phone/fax, E-mail address); • Duration of research and demonstration tasks, and; • Summary statement of proposed costs, and; • Cognizant DCAA and DCMA point of contact, address, phone/fax/ and E-mail if available. b) Part 1: For proposal pricing purposes, Offerors should assume a contract start date of ninety (90) days after submission of the proposal. Part 1 should include the detailed breakdown of all costs by cost category and by calendar/fiscal year. When options are contemplated, options must be separately identified and priced by task/subtask corresponding to the same task numbers in the Statement of Work. Please include: • 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); • Proposed contractor-acquired equipment, such as computer hardware, for proposed research projects should be specifically itemized with costs or estimated costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Please include a brief description of the Offeror's procurement method to be used; • Travel - Number of trips, number of days per trip, departure and arrival destinations, number of people, etc; • Subcontract - A cost proposal as detailed as the Offeror's cost proposal must be submitted by the subcontractor. The subcontractor's cost proposal can be provided in a sealed envelope with the Offeror's cost proposal or will be requested from the subcontractor at a later date; • Consultant - Provide consultant agreement or other document that verifies the proposed loaded daily/hourly rate; • Materials should be specifically itemized with costs or estimated costs. An explanation of any estimating factors, including their derivation and application, shall be provided. Please include a brief description of the Offeror's procurement method to be used; • Other directs costs, and; • Fee/profit including fee percentage. • Offerors are to provide any current Forward Pricing Rate Agreements in effect at the time of the proposal submission. c) Part 2: Cost breakdown by task/sub task using the same task numbers in the Statement of Work. When options are contemplated, options must be separately identified and priced by task/sub-task corresponding to the same task numbers in the Statement of Work. ** Subcontracting Plan - (Note: This requirement does not apply to small business concerns). Offerors should complete the Small Business Subcontracting Plan found at the HHS Office of Small Business Utilization, http://www.hhs.gov/osdbu/forms.html. C. Significant Dates and Times - This announcement will remain open until March 29, 2012. 1. Submission of Concept Papers or Late Proposals - Offerors are responsible for submitting proposals, and any modification, or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless there is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers. 2. Address for the Submission of Concept Papers and Full Proposals Cynthia Y. Mitchell Contract and Grants Management Officer Centers for Disease Control and Prevention Box 18070 626 Cochrans Mill Road, Building 140 Pittsburgh, PA 15236-0070 Phone: 412-386-6434 V. EVALUATION INFORMATION A. Evaluation Criteria Concept Papers and full proposals will be evaluated using the following criteria, which are listed in descending order of importance: 1. The alignment of the proposed problem solution to the mine safety goals outlined in this solicitation or demonstrated impact of proposed work to resolve a significant mine safety issue (30%) 2. Clear description of how/why the proposed approach represents a new or improved solution (20%). 3. Consideration of the risk/reward of the proposed effort and assessment of the likelihood for practical or commercial success (20%). 4. The qualifications of the project team and Offeror's capabilities to achieve the proposal objectives (15%). 5. Realism of the proposed budgetary costs to complete all elements of the proposed work (15%). 6. Past performance. Offeror should supply a summary of several recent (no more than 5) projects completed, including where possible, customer name, timeframes for work, and level of success achieving outcome-Plus Ten (+10) to Minus (-10) Points Industry Partnering - NIOSH encourages collaboration with mining industry partners who understand the reality of the mining environment and can provide insight into mine design requirements and potential commercialization of the technology. Normally an entire proposed effort is funded; however, NIOSH may be interested in funding part or parts of a proposal. For this reason the government requires Offerors to write the SOW in the form of separate tasks. It facilitates evaluation and provides an easy way to select desired tasks. If NIOSH decides to fund only part or parts of a proposal, the notification letter may request the Offeror to revise the cost proposal to reflect only what will be funded. B. Evaluation Panel Technical and cost proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-5 and 15.207. The cognizant program officer and other government scientific experts will perform the evaluation of technical proposals. Government business professionals will evaluate cost proposals. Restrictive notices notwithstanding, one or more support contractors may be utilized as subject-matter-expert technical consultants. Similarly, support contractors may be utilized to evaluate cost proposals. However, proposal selection and award decisions are solely the responsibility of government personnel. Each support contractor's employee who has access to technical and cost proposals submitted in response to this BAA will be required to sign a non-disclosure statement prior to receipt of any proposal submissions. VI. AWARD ADMINISTRATION INFORMATION A. Administrative Requirements 1. The North American Industry Classification System (NAICS) code - The NAICS code for this announcement is 541712 with a small business size standard of 500 employees. 2. Central Contractor Registry (CCR) - Successful Offerors not already registered in the CCR will be required to register prior to award of any grant, contract, cooperative agreement, or other transaction agreement. Information on CCR registration is available at http://www.ccr.gov/. 3. Certifications - Full Proposals should be accompanied by an Online Representation and Certifications Application (ORCA) certification package in accordance with FAR clause 4.1201. The certification package should be completed online with ORCA at https://orca.bpn.gov/login.aspx. For contract proposals, the certification package is entitled, "Representations and Certifications for Contracts." B. Reporting ¬ The following is a sample of deliverables that could be required under a typical research effort: • Technical and Financial Progress Reports; • Presentation Material; • Other Documents or Reports, and/or; • Final Report. At a minimum a final technical report is required and is to be delivered in both hard copy and electronic format. The final report must be 508 compliant. If the final report contains proprietary information, a second version of the report must be prepared and submitted that is suitable for public release. However, please note that specific deliverables (that may include software and hardware deliverables) may be proposed by each Offeror and finalized during negotiations. VII. OTHER INFORMATION A. Government Property/Government Furnished Equipment (GFE) and Facilities Each proposer must provide a very specific description of any equipment/hardware that it needs to acquire to perform the work. This description should indicate whether or not each particular piece of equipment/hardware will be included as part of a deliverable item under the resulting award. Also, this description should identify the component, nomenclature, and configuration of the equipment/hardware that it proposes to purchase for this effort. It is the government's desire to have the contractor purchase the equipment/hardware for deliverable items under their contract. The purchase on a direct reimbursement basis of special test equipment or other equipment that is not included in a deliverable item will be evaluated for allowability on a case-by-case basis. Maximum use of government integration, test, and experiment facilities is encouraged in each of the Offeror's proposals. B. Government research facilities may be available and could potentially be considered government furnished equipment/facilities. These facilities and resources are of high value and some are in constant demand by multiple programs. The use of these facilities and resources will be negotiated as the program unfolds. Offerors should not assume that government owned facilities, including Lake Lynn Lab, the Safety Research Coal Mine, or the Experimental Mine, are available for research ideas submitted under this announcement. If these facilities are essential to the research proposal, the Offeror needs to clearly identify the reasons for using these facilities. If the facilities are not available during the proposed time frame for the research described in the Concept Paper and there are no other field site options listed, the Concept Paper will be rejected.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2012-N-14257/listing.html)
 
Record
SN02681857-W 20120225/120223235302-b76ef7fb3b87b1c959ad375cc82ddac8 (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.