|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1996 PSA#1666Human Systems Center/PKVBB/Brooks AFB TX 78235-5363 B -- BROAD AGENCY ANNOUNCEMENT FOR TECHNOLOGY DEMONSTRATION (FY96) SOL
PKV-BAA-96-001 POC Stephen S. Kelly, Contracting Officer, (210)
536-5274. BROAD AGENCY ANNOUNCEMENT FOR TECHNOLOGY DEMONSTRATION SOL
PKV-BAA-96-001 DUE: N/A Broad Agency Announcement (BAA) For Technology
Demonstration: A--Introduction: Technology Transfer Division of the
Air Force Center for Environmental Excellence (AFCEE) is interested in
receiving proposals (technical and cost) on the technology
demonstration effort described below. This BAA announcement applies to
a potential award of a contract or contracts and is procedurally
governed by FAR 35.016. Proposals submitted in response to this Broad
Agency Announcement (BAA) should be sent to and received by ''HSC/PKV,
3207 North Road, Brooks AFB, TX 78235-5363, Attention: Mr. Stephen S.
Kelly'' no later than 30 Sep 96, 3:00 P.M., Central Daylight Time, in
order to be considered for the first round of evaluations/awards. This
is an unrestricted solicitation valid for 12 months after the published
date of this Commerce Business Daily (CBD) Synopsis. Proposals
submitted after 30 Sep 96 but prior to the expiration date of this BAA,
may or may not be reviewed. However these proposals will be held for
possible action until the expiration date of this BAA. There will be no
other announcement issued for this Technology Demonstration
requirement. Prospective offers may request a copy of the ''BAA Guide
to Industry'' and the ''Unsolicited Proposal Guide.'' The ''BAA Guide
to Industry'' is specifically designed to assist offerors in
understanding the BAA proposal process while the ''Unsolicited Proposal
Guide'' offers further guidance in regard to proprietary information.
Both of the above mentioned guides are available upon written request
or fax to ''HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363,
Attention: Mr. Stephen S. Kelly or (210) 536-6408/9026.
B--Requirements: (1) Technical Description: The purpose of this effort
is to field test pollution compliance and remediation technologies
that save money and time and aid in the compliance of all air, soil,
and water regulatory requirements. The purpose of the field testing is
to field promising technologies and not to test theoretical concepts.
The remedial technologies areas of interest include, but are not
limited to, vapor capture and treatment, soil vacuum extraction with
particular interest in chlorinated sites, bio-venting, passive
treatment walls, and natural attenuation/assimilation (either
individually applied or applied in a treatment train), fate and
transport models, Light Non-Aqueous Phase Liquids (LNAPL) removal,
Dense Non-Aqueous Phase Liquids (DNAPL) removal, and abandoned firing
ranges. (2) Deliverable Items: The following deliverable items shall be
proposed: (a) D1-MGMT-80368. Project Planning (Monthly), (b)
DI-MISC-80227, Contractor Progress, Status and Management Report
(Monthly), (c) DI-MISC-80711, Treatment Study Test Design (Draft and
Final), (d) DI-MISC-80711, Health and Safety Plan (Asreq),
(e)DI-MISC-80711, Analytical Data (Asreq), (f) D1-MISC-80711,
Scientific Report (Asreq), (g) D1-MISC-80508, Technical Report-Draft
and Final (Asreq), (h) DI-A-3024A, Presentation Material (Asreq), (i)
D1-Admin-81250, Conference Minutes, and (j) DI-FNCL-80331, Funds and
Manpower Expenditure Report. C--Additional Information: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 24 months depending on the type of technology proposed.
The contractor shall also provide for an additional two (2) months for
the processing/completion of the final report. The contractor may
participate in technology transfer through workshops and/or symposia.
(2) Expected Award: Mar 97 through Oct 97 (3) Government Estimate:
Government anticipates multiple awards for this BAA. Individual awards
are anticipated to range from $0 to $2,000,000.00 (4) Anticipated
Types of Contracts: Cost Plus Fixed Fee (CPFF), Cost Sharing (CS), Cost
Reimbursement (CR), and Cost Plus Incentive Fee (CPIF). (5) Base
Support Government Furnished Facilities: The base will provide the
successful Technology Demonstration contractor with existing
engineering plans, drawings, diagrams, aerial photographs, and any
available site characterization data to facilitate the evaluation of
selected sites. The base will arrange for: (a) Personal identification
badges, vehicle passes, and/or entry permits, (b) Trailer Space, and
(c) Digging or Drilling Permits. (6) Size Status: This acquisition is
an unrestricted acquisition (not a small business set-aside. See FAR
19.501). However, for comparison purposes only, the Standard Industrial
Code (SIC) would have been 8711, with a small business size standard of
$2.5 million in annual receipts. Furthermore, proposals from
universities and non-profit institutions will also be considered and
are eligible for award. (7) Notice of Foreign-Owned Firms: Such firms
are asked to immediately notify the Air Force Point of Contact cited
below upon deciding to respond to this announcement. Foreign
contractors should be aware that the restrictions may apply which could
preclude their participation in this pending acquisition. D--Proposal
Preparation Instruction (1) General Instructions: All offerors shall,
in their proposal and before any pending award, give notice of
limitations on Government rights as prescribed in DFAR 252.227-7013,
Rights in Technical Data and Computer Software. For assistance, refer
to the ''Proprietary Information'' and ''When and How to Submit''
sections of the Air Force Material Command (AFMC) Unsolicited Proposal
Guide from each activities publication office. The AFMC Form 91 is not
applicable to this BAA. Proposal questions should be directed to one of
the points of contract listed herein. Offerors should comply with the
instructions contained in the ''BAA Guide for Industry'' referenced in
Section A of this announcement. Technical and cost proposals must be
submitted in separate volumes, and must be valid for 365 days from the
date of Government receipt of Proposal. Proposals must reference the
above announcement number and include a unique identification number.
Additionally, all proposals must be submitted in an original and five
copies format. Proposals will be evaluated in accordance with the
technical and cost areas of interest listed below. Offerors are advised
that only the Contracting Officer is legally authorized to commit the
Government. (2) Cost Estimate: The accompanying cost proposal/price
breakdown shall be supplied, together with supporting schedules, and a
projected expenditure profile. (3) Technical Proposal: The technical
proposal shall include a discussion of the nature and scope of the
technology and the technical approach. A three page executive summary
of the offeror's technical approach is required. Additional information
shall include prior work in this area, similar work awarded, Bench or
Field Test Results, similar submission to other Federal, State, and
Local Government Agencies. Descriptions of available equipment,
facilities, and resumes of critical personnel participating in this
effort should also be included as attachments to the technical
proposal. The technical proposal should also include a Statement of
Work (SOW), suitable for contract incorporation, detailing the
technical task and the schedule proposed to be accomplished under the
proposed effort. Offerors should refer the BAA Guide to Industry,
Section A, to assist in SOW preparation. Any questions concerning the
Technical Proposal of SOW preparation shall be referenced to the
technical points of contact cited in this announcement. (4) Page
Limitations: The Technical Proposal shall be limited to 40+3 Executive
Summary Pages, typed at 12 pitch or larger type, double spaced, single
sided, on sheets 8.5'' X 11'' with at least 1'' margins. This page
limitation is inclusive to indexes, photographs, fold-outs, appendices,
attachments, etc. Pages in excess of this limitation will not be
evaluated by the Government evaluators. Exclusive of the Technical
Proposal limitations stated above is the cost proposal. Accordingly and
appropriately, the Cost Proposal has no page limitations, but it is
requested that the Cost Proposal be limited to 15 pages as a goal. (5)
Preparation Costs: Be advised that the Government will not pay any
proposal preparation costs. As a matter of note, the cost of preparing
proposals is not an allowable direct charge to any resulting contract
that may be awarded as a result of this announcement nor is that cost
allowable on any other contract. However, the proposal costs may be an
allowable indirect expense to the normal Bid and Proposal (B&P)
indirect cost in FAR 31.205-18. E--Basis for Award: The selection of
none, some, any or all, proposals for award will be based on an
evaluation of an offeror's Technical and Cost Proposals to determine
overall merit in response to this announcement. The Technical Proposal
is considered to be of primary importance while the Cost Proposal is
considered to be of secondary importance. In reference to the Technical
evaluation, the following areas are considered to be of equal
importance: (1) New solutions with unique applications to Air Force
problems, (2) Offeror's technical approach and ability to perform, (3)
Benefit to the Air Force which can be translated into the technologies
cost effectiveness, potential for Air Force wide application, and the
ease of applying the technology full-scale. Cost is rated secondary to
all of the technical considerations listed above. No further
evaluation criteria will be used in selecting the proposals. The
technical and cost information will be evaluated at the same time.
Furthermore, in accordance with the criteria stated above, be advised
that the Air Force reserves the right to select for award any, all,
part, or none of the proposals received. Furthermore, be advised that
funding has not been secured at this time for any awards resulting from
this announcement. Finally, be advised that proposals will be dually
evaluated by Government and non-Government contracted personnel.
F--Points of Contact (POC): (1) Remedial Technology POC: Air Force
Center For Environmental Excellence/ERT, Mr. Sam Taffinder (Pri) or Mr.
Marty Faile (Alt), 3207 North Rd., Brooks AFB, TX 78235-5363 @ (210)
536-4331 or 536-5363, respectively. (2) Contracting/Cost Point of
Contact: Human Systems Center/PKVBB, Mr. Stephen Kelly (210) 536-5274,
or Sharon Money (210) 536-4523; 3207 North Rd., Brooks AFB, TX
78235-5363. (0235) Loren Data Corp. http://www.ld.com (SYN# 0019 19960823\B-0006.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|