Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2017 FBO #5745
SOLICITATION NOTICE

A -- Countering Weapons of Mass Destruction (CWMD) Other Transaction Agreement (OTA) Combined Synopsis/Solicitation

Notice Date
8/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-R-0AV2
 
Point of Contact
Kristen Kachur, Phone: 9737243217
 
E-Mail Address
kristen.e.kachur.civ@mail.mil
(kristen.e.kachur.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Introduction The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Office of the Assistant Secretary of the Army for Acquisition, Logistics, and Technology (ASA(ALT)) and the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) is releasing this competitive combined synopsis/solicitation to establish a Section 815 Other Transaction Agreement (OTA) for Prototype Projects under 10 U.S.C. 2371b with a new or established consortium, to develop and mature technologies in the critical field of Countering Weapons of Mass Destruction (CWMD). It is the Government's intention to enter into an OTA with only one (1) consortium that can best meet the Government's defined scope provided below. By definition, the consortium is an organized group of entities that agree to participate under a common rule set. The consortium should be open to new membership and display a broad array of expertise and experience connected to the domains identified herein. Prospective members must agree to the terms of the consortium. A consortium comprised of educational, nonprofit, and commercial organizations with broad and open membership is required to provide the Government a partner able to collaborate across barriers that include military/civilian, public/private, local/regional/national, and political/jurisdictional concerns. II. OTA Scope The Government, in conjunction with the consortium, shall perform prototype projects designed to enhance mission effectiveness and to develop and mature technologies in the field of countering weapons of mass destruction. Possible requirements would encompass activities that span all phases of acquisition as described in the DODI 5000.02, from the development and execution of the Materiel Development Decision (MDD) through the Materiel Solution Analysis (MSA) Phase, Technical Maturation/Risk Reduction (TMRR) Phase, Engineering and Manufacturing Phase (EMD) as well as the award of potential follow-on Production and Deployment contracts and instruments (including both Low Rate Initial Production (LRIP) and Full Rate Production (FRP)). The consortium for this OTA should have the full breadth, depth, ability, and expertise to support high-level technologies as they relate to Countering Weapons of Mass Destruction in the following six (6) domains (non-inclusive): Counter-Proliferation Technologies and Capabilities: To enable Special Forces as well as theater special operating forces and CBRN units to operate in complex environments to support countering proliferation of weapons of mass destruction/CBRN. This can include capabilities for situational awareness and information systems, advanced sensors and platforms, unmanned systems and robotics, sensitive site exploitation and forensics, and chemical and biological intelligence, surveillance and reconnaissance capabilities. Possible requirements include: • Development/enhancement of a hand-held, rapid biological detection and identification capability for special operating forces in support of sensitive site exploitation (SSE) missions and for identification during offensive and direct action missions. • Development/enhancement of a safe, robust, sample collection capability for use by special operating forces, technical support working groups and crisis response forces operating in support of SSE missions. Defensive Operations: To rapidly develop, demonstrate, implement and transition technologies to defend DoD personnel, materiel, and mission. This includes technologies to gain and maintain situational awareness and understand of the actions of adversaries. Related areas of interest include technologies for detection, analytics, vulnerability assessments, and operational readiness. Possible requirements include: • Development/enhancement of a sensor system that can non-intrusively detect and identify chemical warfare agents and other threat materials. • Development/enhancement of procedures and methods to work more closely with civil support teams and all components of the armed forces to equip them with capabilities to protect against WMD threats. Hazard Mitigation: To rapidly develop, demonstrate, implement and transition technologies to improve concepts and designs that address the ability to safeguard or decontaminate materiel. Related areas of interest include non-intrusive diagnostics, transport/removal, and ability to destroy or neutralize WMD threats. Possible requirements include: • Development/enhancement of medical countermeasures to vaccinate and protect the Warfighter from potential exposures to WMD threats. • Development/enhancement of a system or system of systems that can be used to neutralize and dispose of bulk WMD threats. Threat Protection: To rapidly develop, demonstrate, implement and transition new materials and technologies to meet individual and collective protection requirements. Related areas of interest include ocular, respiratory, percutaneous, and materiel protection. Possible requirements include: • Development/enhancement of a capability for protecting the interior of critical airlift assets from cross-contamination by chemical and biological contaminated personnel and equipment under transport. • Development/enhancement of a safe, suitable and effective self-contained breathing apparatus that supports special operating forces specific requirements for the execution of CWMD missions. Experimentation and Innovation: To rapidly develop, demonstrate, implement and transition improved concepts and technologies that support advanced technology and/or enhanced capability demonstrations including new ideas for improved testing. Possible requirements include: • Development/enhancement of an integrated set of detection, identification, situational awareness, and decision support capabilities that have the ability to support a Commander's decision making process in real-time. • Development/enhancement of a capability that allows the utilization of global defense laboratories to compress the time between the discovery, detection, or encounter of a WMD threat to a decision for combating and addressing the threat. Emerging Technologies: To rapidly develop, demonstrate, implement and transition proposed technologies, systems, processes, concepts, or designs that exhibit new or innovative approaches to advance engineering development. Related areas of interest include autonomy, analytics, decision-support capabilities, biotechnology, early warning, and material science. The Government is providing the list above to show some types of prototyping projects that may be executed under this agreement. This list is provided for information purposes only and should be used only as a gauge of potential requirements. The contemplated scope of the agreement will encompass all six domains as shown above and memorialized in the final award documents. III. Evaluation Criteria The Government will perform an integrated assessment of each proposal to make a final determination of which Consortium provides the best value to the Government. For evaluation purposes, the following criteria will be assessed, in no relative order of importance: • Factor 1: Capabilities of proposed/established consortium membership as related to the technology objectives. The Government will evaluate the capabilities of the proposed/established membership, to include traditional and nontraditional partners and academia, to ensure the membership base aligns with the six (6) domain areas listed above. The offeror shall provide a description of existing members' and/or interested firm/entities' capabilities within the domains for which they have experience. • Factor 2: Strategy for attracting, retaining, and expanding consortium membership. The Government will evaluate the consortium's strategy as it relates to the openness of the consortium, in particular the ease with which new members are able to join and participate, specific actions intended to expedite formation of the consortium as well as plans to grow and mature the consortium membership base. • Factor 3: Schedule for consortium to be established. The Government will evaluate the proposed consortium implementation plan and timeline to determine when the consortium will be capable of competing Government prototype requirements. The Government intends to solicit for individual prototype projects upon execution of the base OTA. • Factor 4: Recommended competition processes and operational procedures. The Government will evaluate the proposed competition process and operational procedures for prototype projects that the consortium believes is the best fit for the OTA. This section shall include procedures for handling white papers, full proposals, and projects that are determined to have merit but for which no funding is available. • Factor 5: Organizational structure of the consortium. The Government will evaluate the proposed organizational structure of the consortium, to include Consortium Metrics, Management Framework of Consortium, Reporting, Articles of Collaboration/By-Laws, Consortium Member Agreement, and any other relative information on how the consortium plans to operate. A consortium managed by a Consortium Management Firm is preferred. • Factor 6: Facility Security Clearance. The Government will evaluate the consortium's Facility Security Clearance or ability to obtain a Facility Security Clearance. Security clearance up to Top Secret is preferred. Any responsible/interested consortium shall submit their proposal to include qualifications and capabilities, consortium name, personnel including the manager(s), facilities, membership network, and past experience to meet the specific needs stated above. In addition, the prospective consortium shall provide a list of its existing members and/or a list of firms that have provided letters of intent to join the consortium which are experienced in each area listed in this notice. IV. Evaluation Ratings Each of the six (6) factors identified in Section III above will receive an evaluation rating supported by justification in the Government's decision of which one (1) consortium best meets the Government's needs. The following ratings will be utilized: Rating Evaluation Definition: Good: The proposal demonstrates a thorough approach and understanding of the requirements. The prospective Consortium has provided a comprehensive and detailed plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is low. Acceptable: The proposal demonstrates an adequate approach and understanding of the requirements. The prospective Consortium has provided an adequate plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is no worse than moderate. Unacceptable: The proposal does not demonstrate an ability to meet or understand the Government requirements. The prospective Consortium did not provide a plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is high. V. Discussions and Final Proposal Revisions The Government will perform an initial review of the proposal(s) submitted. The Government reserves the right to make an award based on the initial proposals submitted in response to this Synopsis/Solicitation notice without discussions. Proposals that do not contain the information requested are at risk of being determined Unacceptable IAW the Evaluation Ratings above. If the Government determines that discussions and a Final Proposal Revision are necessary, exchanges will be made with the offerors and a final proposal revision will be requested. VI. Terms and Conditions Specific Terms and Conditions of the resulting OTA will be negotiated and finalized with the selected consortium prior to award. The consortium shall comply with the statutory requirements of an OTA in accordance with Section 815 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017, Public Law (P.L. 114-92, as amended Title 10 U.S.C. 2371(b), Authority of the Department of Defense to carry out prototype projects). Section 2371b authorizes the Secretary of a military department to carry out certain prototype projects that are directly relevant to enhancing the mission effectiveness of military personnel and supporting platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense (DoD), or to improvement of platforms, systems, components, or materials in use by the Armed Forces. When a Government agency enters into an OTA for a prototype project under this authority, the Government must ensure that a nontraditional defense contractor(s) participate(s) to a significant extent in the prototype project; all participants are small business or nontraditional defense contractor(s); or at least one-third of the total cost of the prototype project is paid out of funds provided by parties to the transaction other than the Federal Government. The Government intends to make a Section 815 OTA award based on proposals submitted in response to this competitive combined synopsis/solicitation notice. All information in response to this notice is to be submitted at no cost or obligation to the Government. The Government will publish an Intent to Award Announcement to FedBizOps upon selection of a consortium in response to this combined synopsis/solicitation. The Government does not intend to provide debriefings to unsuccessful respondents. A notice of the Government's consortium award selection will be announced on FedBizOpps upon the conclusion of the evaluation process. The Government requests any interested prospective Consortium submit a proposal as a single (.doc or.pdf) file. Submission should be made electronically to kristen.e.kachur.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. No sensitive or classified information will be discussed. Foreign-owned, controlled, or influenced firms are advised that security restrictions may apply that may preclude their participation in these efforts. Any responsible/interested sources shall submit their qualifications and capabilities within twenty-one (21) calendar days of this notice to: U.S. Army Contracting Command - New Jersey, ATTN: Kristen Kachur, Agreements Officer, kristen.e.kachur.civ@mail,mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b51ff81d157c9348c1a047b2bbc76e7)
 
Record
SN04626822-W 20170816/170814231524-0b51ff81d157c9348c1a047b2bbc76e7 (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.