|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1995 PSA#1457325th Contracting Squadron, 501 Illinois Ave, Suite 5, Tyndall AFB, FL
32403-5526 A -- AIR BASE TECHNOLOGY SOL TYN 96-001 DUE 093096. Contact Alyce
Molt, Contract Specialist at (904) 283-8662, or Larry G. Edwards,
Contracting Officer, (904) 283-8661. This is a Broad Agency
Announcement (BAA) identifiable as number BAA 96-001, Air Base
Technology. The Wright Laboratory, Air Base Technology Branch, is
interested in receiving proposals (technical and cost/price) on the
research efforts described below. Proposals submitted in response to
this announcement shall reference the BAA number identified above.
Responders will ensure that the amounts proposed will be valid for a
minimum of 180 days from the date of the proposal. Proposals may be
submitted until 30 Sep 96. There will be no formal request for
proposals or other solicitations regarding this announcement. Proposals
shall be submitted with an original, not exceeding 40 double-spaced
pages plus three (3) copies. Proposals shall be mailed to 325
CONS/LGCX, Attn: Alyce Molt, 501 Illinois Avenue, Suite 5, Tyndall AFB
FL 32403-5526, marked for BAA 96-001. Requirements: The Air Base
Technology Branch (WL/FIVC) conducts DOD and Air Force Civil
Engineering R&D Programs involving aircraft operating surfaces, weapons
effects and survivable structures, structural material, energy/utility
systems, geotechnical robotics, explosive ordnance disposal, and fire
protection and crash rescue. The branch solicits cuttings edge
proposals in the following general technology areas: Aircraft
Operations Surfaces - Runways, roadway, taxiway, parking apron
hardstand, and other airbase operating surfaces. Areas of interest
include surface and sub-grade, repair, (expedient and deliberate);
roadway surface characterization, including inferometery, ground
penetrating radar, mounted and man-pack portable; and
studies/technology relating to characterization of operating surfaces
behavior. Survivable Structures - Airbase sheltering and protection
systems including personnel and aircraft shelters; expedient,
camouflage, concealment, and deception; and chemical-biological
protection technologies. Energy/Utility Systems - New energy and
utility systems technologies which will enhance distribution,
survivability, reliability, maintainability, mobility, and efficiency,
with specific interests in survivable utilities, energy conversion,
mobility concepts, and consumption efficiency. Robotics/Explosive
Ordnance Disposal - Construction automation for airbase and related
facilities. The specific area of interest is to provide new technology
for: explosive ordnance; ground vehicle navigation and guidance;
sensing systems, robotic vehicle systems, including teleoperation and
automation technology; site survey vehicles; and related automated
construction technologies. Fire Fighting - Fire extinguishing agents,
systems, and equipment for use in aircraft fire rescue operations, air
base facilities fire fighting, hazardous materials (hazmat) incidents,
and firefighter training. The specific are of interest is to develop
new more effective fire extinguishing agents, Aircraft Rescue and Fire
Fighting vehicles/systems, fire detection/suppression systems,
specialized rescue and personnel protective equipment, and training
technologies. The objective is to enhance air base fire fighting/hazmat
and firefighter training capabilities to significantly reduce current
fire extinguishment, victim extraction, and hazmat operations, times,
thereby minimizing damage and casualties resulting from fire and
hazardous materials incidents. Proposal Preparation: Responses
submitted shall include a proposal for technical and cost/price as
follows: (a) The technical proposal must include an outline and full
discussion of the nature and scope of the research, the method or
technical approach, and the expected results of each proposal. This
proposal should offer scientific advancement in the state of the art.
The technical proposal must identify privately developed items,
components, processes or computer software entailed in their proposed
approach, if any. Information must be included on prior work/experience
in the indicated field of research and the available facilities.
Management resources shall include resumes of people who will be
participating in the proposed design effort, and identify the principal
investigator. (b) The cost/price proposal requires submission of cost
or pricing data on Standard Form (SF) 1411 together with a supporting
detailed cost schedule and shall contain a per person/hour breakdown
per task. Copies of the above referenced form, e.g., SF 1411, may be
obtained from the contracting specialist cited herein. The cost of
preparing proposals in response to this announcement is not considered
an allowable direct charge to any resulting contract or any other
contract. It is however, an allowable expense to the normal bid and
proposal indirect cost in FAR 31.205-18. Evaluation Criteria: Proposals
will compete for contract award based upon their potential value to the
Government in fulfilling the requirements set forth above. That value
will be determined using a complex combination of criteria including
the technical promise (originality, feasibility, desirability, etc.),
affordability (of development, considering technical alternatives and
funding available, and of implementation if otherwise successful), and
the Government's confidence in the effective pursuit of the effort
considering the scope of the effort, the offeror's understanding of it
the competence and availability of experienced engineering,
scientific, managerial, or other technical personnel, offeror's overall
corporate experience (including past performance), and the availability
of, or ability to obtain, necessary facilities to perform this effort.
Cost realism and reasonableness shall also be considered to the extent
appropriate. The Government reserves the right to select for award any,
all, a part thereof, or none of the proposals received in response to
this announcement. Technical consideration will be given greater weight
than cost in the selection decision. No further evaluation criteria
will be used in source selection. The technical and cost information
will be evaluated at the same time. Deliverable Items: (a) Program
Master Schedule, DI-A-34501, (b) Technical Monthly Progress reports,
DI-ADMN-81313, (c) Funds Expenditure Report, DI-A-5003F, (d) Still
Photographic Coverage, DI-A-3011/M-107-1/T, (e) Presentation Materials,
DI-A-3024A/T (ASREQ), (f) Scientific and Technical Reports,
DI-MISC-80711 (Draft and reproducible final, WL/FIVC format). The
contractor shall be required to present a final formal briefing at the
end of the effort to be held at Tyndall AFB FL. Size Status: The
appropriate SIC code for this acquisition is 8731 with a size standard
of 500 employees. Firms responding should indicate whether or not they
are a small business, small disadvantaged business, or a woman-owned
business. Award Information: Multiple awards are anticipated. While no
parts of this requirement lend themselves to being severed for
set-aside to Small Businesses, Small Disadvantaged Businesses, or
historically Black Colleges and Universities or Minority Institutions
(HBCU/MI), the Air Force reserves the right to consider a small
business set-aside on responses hereto. Preferred Type of Contract:
Cost Plus Fixed Price (CPFF). Period of Performance: Maximum duration
up to twenty-four (24) months. Security Requirements: Analysis
capability, to include personnel and computer facilities cleared to
Secret level, may be required. In such instances responding firms must
have, or acquire prior to award of contract, appropriate security
clearances. The security guide applicable to this BAA announcement will
be provided on a case-by-case basis prior to negotiation. Notice to
Foreign-Owned Firms: Such firms are asked to notify immediately the
Government contact point cited below upon making a decision to respond
to this announcement. This action is necessary to begin review and
clearance procedures. Foreign firms should be aware that restrictions
may apply which could preclude their participation. Contact Points:
Contracting questions for this BAA to 325 CONS/COP, Attn: Alyce Molt,
501 Illinois Avenue, Suite 5, Tyndall AFB FL 32403-5526, (904)
283-8862. Technical questions to WL/FIVC, Attn: Paul Sheppard, 139
Barnes Drive Suite 2, Tyndall AFB FL 32403-5323, (904) 283-3718. Only
Contracting Officers are legally authorized to commit the Government.
(292) Loren Data Corp. http://www.ld.com (SYN# 0001 19951020\A-0001.SOL)
A - Research and Development Index Page
|
|