|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1995 PSA#1393Contracting Office, National Defense University, Bldg 62, Room 203, Ft.
McNair, Washington DC 20319 A -- RESEARCH AND DEVELOPMENT SOL BAA 95-01 POC Purchasing Agent, MSgt
Tobin Gatto, 202-287-9150 x161. This is a Broad Agency Announcement
(BAA) for research and development for Mission Capability Package (MCP)
efforts in Command, Control, Communications, Computers, and
Intelligence (C4I). The Center for Advanced Command Concepts and
Technology (ACT) is soliciting research and development proposals that
will further the process of desiging, improving, and implementing MCPs
to meet current and future national security challenges. MCPs consist
of coherent packages of forces, command organizations, C4I systems,
doctrine, education, and training that enhances readiness and
performance in selected mission areas. ACT works together with other
organizations in the US Government to identify the need for MCPs;
design MCPs; refine MCPs on the basis of analysis, experimentation,
wargaming, technology demonstrations, simulations, or exercises; and
implement MCPs. Areas of particular interest (not in rank order)
include Joint C4I, Coalition C4I, C4I in the Context of the Revolution
in Military Affairs (RMA), and Tools for Assessing and Evaluation of
C4I and C4I systems. Proposals that apply to more than one of these
areas will be particularly attractive, but offerors are cautioned that
``shot gun'' papers that lack meaningful focus will not be considered
favorably. (a) PAPER/PROPOSAL INFORMATION: Offerors are invited to
initially submit a three to five page ``white paper'' summarizing the
proposed effort explaining briefly how the project relates to ACT's
need and meets the criteria above, and a rough estimate of costs no
later than 31 Dec 95. All correspondence must identify BAA 95-01.
Papers will be reviewed as they are received, to identify those
offerors whose initial papers are found to have clear scientific and
technical merit and those on which more information is required to make
an adequate judgement. Where more information is required, a second
technical paper, up to 20 pages, will be requested and technical
discussions may be requested. Those found to have clear scientific and
technical merit will be the topic of technical discusson and are
expected to result in proposals. This initial screening will save
offerors the time and expense of developing a formal proposal with
little chance of award. Offerors will be notified as to whether their
papers have, or have not been favorably considered. Notification of a
favorable review will include a request to submit an original and two
(2) copies of a formal proposal consisting of separate technical and
cost volumes. These proposals will be due within 60 days of
notification but in any event not later than 30 April 1996; the final
date for proposal submission under this BAA. Proposals shall be valid
for a period of not less than 180 days. Favorable review does not
guarantee selection, and may not be construed as a binding commitment
by the government to fund the proposed (or any part thereof) may be
incorporated into the resultant contract by reference. Papers and
formal proposals must be typed, with type not smaller than 12 pitch.
Papers and proposals will be double-spaced single sided on 8 1/2 inch
by 11 inch paper. Formal proposals shall consist of a separate
technical and cost volume as described below and shall reference the
above BAA number. One original and two copies of the technical and cost
proposal shall be submitted to National Defense University, Contractin
Office, Bldg 62 Room 203 Attn: Tobin Gatto Ft. McNair, Washington DC
20319. (b) PAGE LIMITATIONS: The technical volume shall not exceed
fifty (50) pages. Pages in excess of this limitation will not be
considered by the government unless the offeror requests an exception
in writing to the Buyer and receives written approval for the exception
by the Contracting Officer. Resumes will not be included in the 50 page
limit. Cost proposals have no limitation. Technical proposals must
contain as a minimum: 1)Cover Page (including BAA number, area of
interest addressed, proposal title, technical and administrative points
of contact and their addresses with telephone and fax numbers), 2)Table
of Contents, 3)Statement of Work detailing the technical approach which
includes a clear statement of the problem and the objectives of the
effort, the proposed approach and methodology, how the success of the
project is to be measured, a plan of action and supporting milestones,
and an explicit indicaion of any proprietary aspects of the proposed
effort (including how they might impact the use of te project's results
by the US Government or its coalition partners), 4)Management sections
to include relevant corporate expertise, experience, facilities, other
relevant resources, organization of the project effort, 5)Current and
past Government or commercial contracts, and 6)resumes of key project
personnel. The cost proposal/price breakdown shall be prepared in
accordance with FAR 15.804-6 and shall be submitted on a Standard Form
(SF) 1411. Types of contracts anticipated to be awared from this BAA
shall be firm fixed price. (c) PREPARATION COST: This announcement is
an expression of interest only and does not commit the Government to
pay any proposal preparation costs for responding to this BAA.
Responses should be forwarded at no cost to the Government. The cost of
preparing proposals in response to this announcements is not considered
an allowable direct charge to any resulting contract or other contract.
It is however an allowable expense to the normal bid and proposal
indirect cost as specified in FAR 31.205-18. OFFERORS ARE ADVISED THAT
ONLY CONTRACTING OFFICERS ARE LEGALLY AUTHORIZED TO CONTRACTUALLY BIND
OR OTHERWISE COMMIT THE GOVERNMENT. (d) BASIS FOR AWARD: The selection
of one or more sources for award will be based on an offeror's
response (both technical and cost aspects) to determine the overall
merit of the proposal in response to the announcement. Technical
proposals will be evaluated using the following criteria in descending
order of importance: 1) overall scientific and technical merit of the
proposal, 2) potential contribution to improved C4I, 3) the offeror's
capabilities and experience and 4) cost realism and reasonableness The
following cost evaluation shall be considered: i)The reasonableness and
realism of proposed costs and ii)the availability of funds. The
technical and cost information will be evaluated at the same time. The
Government reserves the right to select for award any, all, part or
none of the proposals received. Award decisions will be based upon the
results from peer review panels assembled by ACT of managers,
scientistts and operators from the US Government and Federally Funded
Research and Development Centers (FFRDCs) and availability of funds.
Multiple awards are anticipated. Awards may be made at any time during
te term of this BAA. No further evaluation criteria will be used in
selecting the proposal. (e) MISCELLANEOUS: This CDB notice itself
constitutes the BAA as contemplated in FAR 6.102(d) (2). No formal RFP
or other solicitation regarding this announcement will be issued. The
last opportunity for submitting formal proposals (after favorable
paper consideration) is 30 April 1996. This BAA announcement is open
and effetive until rescinded or extended by a revised announcement,
otherwise it will be valid until 30 June 1996. This is an unrestricted
solicitation. Historically Black Colleges and Universities (HBCU),
Small Disadvantaged Business Concerns, Women Owned Business Concerns,
and Small Business Cocerns should identify themselves and the criteria
by which they qualify in their technical proposals. Other businesses
that have included small business, disadvantaged business, or HBCU
elements in their proposed team should identify them in their
proposals. (200) Loren Data Corp. http://www.ld.com (SYN# 0001 19950720\A-0001.SOL)
A - Research and Development Index Page
|
|