|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1995 PSA#1451Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748, Fort
Huachuca, AZ 85670-2748 A -- ADVANCED FORENSIC DEVELOPMENT PROGRAM POC Program Manager, Dean
Fetterolf, (703) 640-1445; Program Manager for Discipline 5(c), Norman
Ortwein, (619) 553-6660; Contracting Officer, Patricia Woznick;
Contract Specialist, Marilyn Carney, (520) 533-1064. BROAD AGENCY
ANNOUNCEMENT 96-01, FOR INNOVATIVE RESEARCH AND DEVELOPMENT PROJECTS IN
THE ADVANCED FORENSIC DEVELOPMENT PROGRAM (AFDP) The Counterdrug
Technology Assessment Center (CTAC) of the Office of National Drug
Control Policy (ONDCP) in cooperation with the Federal Bureau of
Investigation (FBI) Laboratory is soliciting white papers for
innovative research and development projects in the advanced forensic
development program (AFDP). CTAC is the central drug enforcement
research and development organization of the United States Government.
The intent of the Broad Agency Announcement (BAA) is to identify
technologies to provide near and mid term solutions to enhance the
forensic capabilities of Federal, State, and local Law Enforcement
Agencies (LEA) in drug cases. The FBI Laboratory, the world leader in
forensic research and applications, is participating with CTAC to
provide this capability to the forensic community. In the United
States, a high percentage of all criminal cases involve the sale,
distribution or abuse of illegal drugs. The vast majority of forensic
laboratories have been established to provide forensic analysis of
evidentiary materials. Therefore, little coordinated, prioritized, and
budgeted effort is spent on research and development. The goal of this
research and development (R&D) is to employ innovative technological
approaches to provide counterdrug enforcement and drug demand reduction
agencies with increased forensic capabilities toward the presentation
of reliable scientific evidence in courts of law under existing
operational constraints. Projects addressing collaborative partnerships
between forensic laboratories, universities, research institutes or
commercial firms are preferred. The BAA is focused on nine major
forensic disciplines: (1) Chemistry: Projects in this area should
include improved analytical methods for the positive identification,
quantitation, and characterization of illicit drug materials. (2)
Portable Instrumentation: This area will develop new non-destructive
inspection technologies applicable to crime scene investigations and
investigative support for the detection of trace physical evidence of
illegal drug materials on surfaces, or hidden in conveyances and false
compartments such as walls. Projects may also include substantive
improvements to existing inspection devices, intelligent prescreening
techniques, signal processing algorithms for detection enhancement, and
the fusing of multiple type sensors. (3) Biological and DNA: Projects
to be considered in this area would apply technologies to the
determination of source country or species identification of coca,
poppy, or marijuana plant material through DNA analysis. (4)
Toxicology: Projects to be considered should include technologies to
improve the speed, sensitivity, selectivity, size cost and simplicity
of current screening and confirmation procedures for the detection of
illegal drugs and their metabolities in biological fluids and tissues.
(5) Firearms/Toolmarks: (a) Projects to be considered favorably would
develop technological solutions and applications to an interactive and
automated database for comparison, correlation, identification, and
matching of firearms, cartridge cases, and bullets to suspects and
weapons in drug and violent crimes. (b) Other projects to be considered
include a measurement system for 3-D surface mapping and comparison of
recovered bullets with test firings from suspected weapons. (c) An
additional project to be considered will include development of a
state-of-the-art regional network to evaluate prototype networked
Ballistics Imaging Identification Systems (NBIIS). Ballistics imaging
systems consist of workstations which host powerful searching
algorithms that automatically match the images of recovered crime scene
evidence against images stored in a computer database. By using a
ballistic imaging system, the workstation retains the digitized images
of the evidence and can transmit those images to other workstations on
the same network. These computer based ballistic imaging workstations
allow the Firearms Examiner to quickly review and possibly link large
amounts of evidence to a crime while minimizing the evidence chain of
custody requirements. This discipline shall include development and/or
delivery of at least four (4) systems, their installation, and a
Demonstration of a network system in such locations (within United
States) as established in conjunction with the Government. The offerors
may assume that the Demonstration (several weeks long), while
orchestrated by the offeror, shall be conducted by the local
facilities' forensic personnel. SEE SPECIAL INSTRUCTIONS FOR DISCIPLINE
(5)(c) below. (6) Computers and Computational Research: Projects to be
considered should include methods for the analysis of computer data
and networks for patterns of criminal activity and the recovery and
presentation of erased, encrypted and compressed data. An additional
project to be considered would be to establish and or maintain a secure
dial up E-Mail server for forensic laboratories. Computer aided
presentation of complex evidence is desirable. (7) Document
Examination: Projects to be favorably considered should include
interactive neural netowrks and expert systems for handwriting
(signature) comparison and the automated comparison of shoeprint,
tiretread, watermarks and markings on drug packages. (8) Photographic
and Video Techniques: Projects to be considered should include advanced
spectroscopic video imaging techniques, video and audio noise
suppression, subtraction and enhancement and videographic presentation
of evidentiary material. (9) Fingerprint technology: Projects to be
considered should include latent fingerprint visualization on plastic
materials and tapes used for drug packaging and the study of the
spectroscopic properties and imaging of natural fingerprint residues.
White papers may be submitted any time prior to the closing date of
8/31/96 to the Technical Agent listed below. Submission procedures are
as follows: Ten (10) copies of all white papers shall be submitted and
must reference BAA #96-01. White papers must be UNCLASSIFIED. White
papers must be limited to 10 pages (including figures, charts, and
tables) on single-sided, double-spaced pages; font shall not be smaller
than 12 point; 1'' margins left/right/top/bottom. White papers shall
contain a rough order of magnitude cost estimate. White papers must
clearly indicate the forensic discipline being addressed in order to
facilitate Government evaluation. White papers will not be returned.
Telephone inquires concerning the status of white papers will not be
entertained. Following evaluation of the white papers, the Contracting
Officer reserves the right to request a full proposal from any, all,
part of, or none of the white papers. In the event a white paper is
considered favorably, the offeror will be invited to submit a proposal
within 45 calendar days of notification by the Contracting Officer.
Such notification will confirm that the offeror's white paper addresses
areas of interest and relevance to the AFDP and the offeror has a
reasonable chance for a competitive award based on CTAC's subsequent
evaluation of the offeror's proposal. Those offerors invited to submit
a proposal shall submit the proposal in two volumes as described
below, formatted (i.e. 8-1/2'' X 11'' pages, etc) in a manner identical
to that of the white papers described previously. Volume I shall be the
technical portion and shall include an Executive Summary, a Technical
Approach, descriptions of relevant prior work, a program plan outlining
the scope of the project, milestone charts, a facilities and equipment
description, and a management plan including a description of the
company's plans for counterdrug enforcement products, technology
products, substance abuse, and additional research applications. This
volume shall be limited to 50 pages including all figures, tables,
foldouts, and charts (except for Discipline (5) (c) which is limited to
25 pages). All paragraphs containing proprietary information must be
clearly marked. Volume II shall contain all cost/price information with
supporting schedules in accordance with Appendix A of the Proposer
Information Pamphlet, entitled ``Standard Form 1411 (SF1411), Contract
Pricing Proposal Cover Sheet''. The breakdown shall include materials,
direct labor, indirect costs and other direct costs such as special
test equipment or travel. Offerors shall provide exhibits as necessary
to substantiate the cost elements. Ten (10) copies of each proposal
shall be submitted to the Technical Agent listed below and must
reference subject BAA. All submissions shall be received within 45
calendar days of their request by the agency. White papers and all
proposals will be evaluated by a Proposal Review Board of Federal,
State, and local forensic laboratory personnel. Offerors must include
a statement authorizing review of the white paper and proposals by the
Federal, State and local forensic laboratory personnel. Both white
papers and proposals will be evaluated with respect to the following
criteria in descending order of importance: (1) Potential contribution
of the effort to a forensic laboratory's specific mission, including
relevance and contribution to the national technology base; (2) Overall
scientific and technical merit of the proposal including (a) an
understanding of the technical problem and its application to a
specific forensic discipline. The offeror shall demonstrate a solid
understanding of the issues unique to the specific discipline being
proposed; (b) the soundness of the approach. The offeror shall present
sound reasons for the selection of the application and a reasonable
schedule for program execution; (c) probability of success. The offeror
shall establish a realistic estimate for successful insertion of the
proposed project into routine laboratory efforts; (3) The offeror's
capabilities, related experience, facilities, techniques, or unique
combinations of these which are integral factors for achieving the
proposed objective; (4) The qualifications, capabilities, and
experience of the proposed principal investigator, team member of key
personnel who are critical to achieving the proposed objectives; and
(5) Realism of proposed cost. Multiple awards by the CTAC or its
designated contracting agent may result from this BAA. The number of
proposals funded will depend upon the technical merit of proposals
received and available funding. One year to eighteen month baseline
projects addressing collaborative partnerships between forensic
laboratories, universities, research institutes or commercial firms are
preferred; however, multi-year development projects will be considered
provided the offeror can structure a baseline demonstration phase
followed by phases to develop fielded prototypes. Full cost estimates
should be provided for the baseline and any follow-on phases. The
Government may negotiate the complete effort including the phases, but
will initially provide funds only for the baseline project. Cost-plus
type awards are anticipated. Government laboratories are prohibited
from direct competition. There will be no formal Request for Proposals
or other solicitation with regard to this BAA nor does the issuance of
the BAA obligate the Government to fund any subsequently invited
proposals nor pay any proposal preparations costs. Although no portion
of this announcement is set-aside for Historically Black Colleges and
Universities (HBCUs) or Minority Institutions (MI) participation,
proposals are invited from all sources. This notice constitutes a BAA
as authorized by FAR 6.102(d)(2)(1). This BAA will be open until
September 30, 1996. Offerors may submit proposals every three (3)
months. Cut off dates are as follows: On or before 31 December 1995, 31
March 1996, 30 June 1996, and 30 September 1996. SPONSOR Office of
National Drug Control Policy (ONDCP), Executive Office of the
President; Washington, D.C. 20500; TECHNICAL AGENT: Federal Bureau of
Investigation, Laboratory Division, Forensic Science Research Unit, FBI
Academy, Quantico, VA 22135. All white papers and proposals shall be
sent to the TECHNICAL AGENT. A Proposer Information Pamphlet can be
obtained by faxing your request to the CONTRACT AGENT: U. S. Army,
Directorate of Contracting, ATZS-DKO-I, P.O. Box 12748, Fort Huachuca,
AZ 85670-2748. The facsimile number is (520) 533-1600. SPECIAL
INSTRUCTIONS FOR DISCIPLINE (5)(c): The Government has prepared a
document to focus research interests in this discipline. This document
is available from the CONTRACT AGENT listed below. Offerors will
submit proposals rather than white paper for this discipline. Proposals
should reflect a complete understanding of the major problems facing
Federal, State, and local law enforcement agencies who have needs to
network ballistic imaging identification workstations from the same or
different vendors. Proposals shall be submitted in two volumes and
shall be formatted as stated above for proposals; however, both volumes
together shall not exceed 50 pages. Proposals in response to Discipline
(5)(c) will be received up to 30 days from the date of this
publication. Ten (10) copies of proposals for this discipline will be
sent to the TECHNICAL AGENT as follows: Commanding Officer, Attn:
Norman Ortwein, Friends Code 803, Naval Command Control and Ocean
Surveillance Center (NCCOSC), RTD&E Division, 53560 Hull Street, San
Diego, CA 92152-5000. Two (2) copies of the proposals shall be sent to
the CONTRACT AGENT as follows: Directorate of Contracting, Attn:
ATZS-DKO-I, P.O. Box 12748, Fort Huachuca, AZ 85670-2478. Telephonic or
facsimile proposals will not be accepted. Teaming between private
industry partners and/or industry and government is acceptable and
encouraged for this discipline. This notice does not commit the
Government to procure any services at this time. The Government
reserves the right to grant none, one, or more awards at its discretion
for this discipline. (283) Loren Data Corp. http://www.ld.com (SYN# 0001 19951012\A-0001.SOL)
A - Research and Development Index Page
|
|