COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24, 2001 PSA #2773
SOLICITATIONS
A -- BROAD AGENCY ANNOUNCEMENT FOR STANDOFF MINE NEUTRALIZATION
- Notice Date
- January 22, 2001
- Contracting Office
- U.S. Army Communications-Electronics Command Acquisition Center -- Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- DAAB15-01-R-1011
- Response Due
- March 22, 2001
- Point of Contact
- Peggy Melanson 703-325-6096
- E-Mail Address
- Click here to contact the contracting officer via (pmelan@hoffman-issaa2.army.mil)
- Description
- The US Army Communications-Electronics Command (CECOM) Acquisition Center-Washington (CAC-W) on behalf of the CECOM Night Vision and Electronic Sensors Directorate (NVESD), Science & Technology Division is soliciting proposals for development of technologies to neutralize, at safe standoff distances, mines (and unexploded ordnance (UXO)), both metal and plastic, on the surface and buried, under CAC-W solicitation DAAB15-01-R-1011. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). No separate Request for Proposal (RFP), solicitation, or other announcement of this opportunity will be made; therefore, interested parties should be alert for any BAA Amendments that may be published in the Commerce Business Daily. Additionally, this notice and any amendment will be posted on the Interagency Business Opportunity Page (abop.monmouth.army.mil) under the BAA solicitation number (DAAB15-01-R-1011). The objective of this BAA is to develop advanced mine neutralization technologies to provide new or improved standoff mine neutralization capabilities and means for confirming those neutralizations. Neutralization can be accomplished using explosives, radio frequency technologies, lasers, water jets or other methods, with the ultimate goal of demonstrating technologies for neutralization with a 0.95 Probability of Kill (Pk) and means for confirming those neutralizations. Novel concepts for precision delivery of explosive neutralizers at safe standoff distances are of particular interest. Standoff distances of 10 to 50 meters or greater are desired. Techniques that result in minimal damage to road surfaces are also of interest. The proposed technologies shall address individual anti-tank (AT) and anti-personnel (AP) mines and UXO, whose burial depths can vary from surface laid to 20 cm below the ground surface. Burial depth is measured from the surface of the ground to the top of the target. The landmines will range in size from 4.5 cm to 38 cm (which covers AP to AT respectively) in diameter or width. Explosive fill is typically RDX, TNT or PETN. Both "dumb" and "smart" mines must be neutralized, though not necessarily by the same technique. The mines may employ a variety of fuse types, including pressure, tilt rod, magnetic influence, seismic/acoustic and other sensors. Both on- and off-route mines must be considered. Sensored off-route and side-attack mines are of particular interest. The proposed technologies are intended for use in support of a highly mobile force; therefore, rate-of-advance (OP-TEMPO) is important. The Army's Future Combat System (FCS) family of vehicles are likely host platforms. Technologies requiring dedicated or specialized vehicles are not acceptable. Techniques should lend themselves to modular and bolt-on applications. Size, weight and power consumption are important. Proposed technology applications should be point or spot neutralizers as opposed to area neutralizers. The neutralizer will be used in conjunction with a forward looking mine detection system that will provide localized targeting information for individual mines. The proposed research technologies are required to collect data and eventually demonstrate, at NVESD's mine lane facilities (Ft. AP Hill, VA (Demo Site 71 Alpha)), high Probabilities of Kill. The mine neutralization technologies may eventually be inserted into ongoing spiral development programs in NVESD's Countermine Division or such programs as the Ground Standoff Mine Detection System (GSTAMIDS) managed by the Program Manager for Mines, Countermine and Demolitions (PM-MCD). Award(s) against this BAA can be made for two years after receipt of proposals. Specific costs and terms and conditions will be negotiated prior to award. The Government contemplates the awarding of Cost Reimbursement (Cost, CPFF) type contract(s); however, proposals based on other contract types will be considered. The Government reserves the right to select for award all, some, or none of the proposals received. The maximum length of an award will be three years. There is no "a priori judgement" regarding the number or size of individual awards or the allocation of total research and development funds across the technology solutions listed above. Proposals are due by 22 March 2001 at 1400 hours Eastern Standard Time and must be submitted in three copies (on three separate electronic media) on either CD ROM, IOMEGA Zip (PC 100), or 3.5 inch floppy disks, in Microsoft Office Software (Word, Excel, etc.) format or pdf format to CECOM Acquisition Center-Washington, 2461 Eisenhower Avenue, Room 1126, Alexandria, VA 22331-0700. PROPOSAL SUBMITTAL -- Proposals shall consist of three primary sections: Technical, Management and Cost. The Technical section shall be no more than 50 pages of a clear description of the technology(s) being proposed. The section shall also include a metric comparison of proposed technology improvement over existing technology approach(s), the objectives of the proposed effort, the technical issues to be resolved to accomplish the objectives, the approach to resolving these issues, and an assessment of the timetable for insertion into the on-going spiral development countermine programs. The Management portion shall include specific prior experience in the proposed technology areas, the proposed facilities, and a proposed plan of action with milestones. The Cost portion shall consist of a cost breakdown of the effort being proposed. While no set format is required for the cost proposal, cost proposals which organize the technical approach into meaningful phases allowing the Government to contract for all or portions of a technical proposal, are preferred. Curriculum vitae for the Principal Technical Investigator, Project Manager, and other key personnel should also be submitted. EVALUATION AND FUNDING PROCESSES -- NVESD will attempt to review proposals within 60 calendar days after receipt. As soon as the proposal evaluation is completed, the proposer will be notified of selectability or non-selectability. Selectable proposals will be considered for funding; non-selectable proposals will be destroyed. (One copy of non-selectable proposals may be retained for file purposes.) Not all proposals deemed selectable will be funded. Decisions to fund selectable proposals will be based on funds available, scientific and technical merit, and potential contribution and relevance to NVESD mission. Proposals may be considered for funding for a period of up to two years. The Government reserves the right to select for award all, some, or none of the proposals received. EVALUATION CRITERIA -- Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. Evaluations of the proposals will be conducted using the following four criteria (listed in order of importance): 1. The degree to which the proposal addresses the technical goals of the BAA. The following may be considered under this factor: the overall scientific and technical merits of the proposal; the extent to which the proposed approach offers significant potential improvements in comparison to current technologies being used or developed; the degree to which the proposed technology's phenomenology/approach will be implemented in a hardware or software prototype and assessed in field testing (as opposed to testing in a laboratory environment or paper study). The novelty or uniqueness of the ideas/approaches will be given special consideration if based on sound scientific principles with supporting data. 2. The offeror's understanding of the technical and operational issues associated with the intended host platform and implementation. 3. The qualifications, capabilities and related experience of the proposed principal investigator, team leader, and other key personnel and adequacy of proposed facilities. 4. The reasonableness, realism and affordability of the proposed costs and fees for the proposed effort. BASIS FOR AWARD -- The selection for contract(s) for award will be based on a scientific and engineering peer review evaluation of proposals. The business and contractual aspects, including cost, will also be considered as a part of the evaluation. The purpose of the evaluation will be to determine the relative merit of the technical approach proposed in each response to the BAA. Evaluation and selection of proposals for award will be made on the basis of the potential benefits accruing to the Government when weighed against the cost of the proposal. Additional considerations will include an independent Government assessment of the probability of success of the proposed approach and the availability of funding. Proposals will be considered from organizations interested in conducting scientific research, such as colleges and universities, commercial firms, nonprofit research institutes, small business and small disadvantaged business concerns, historically black colleges and universities and minority business enterprises and institutions. While classified contracts are not anticipated, contingent upon the proposed technology solution, contractors may require access to classified material or information. In such situations, only those organizations that can meet the established security requirements are eligible to participate in this BAA. If a subcontract(s) with a Federally Funded Research and Development Center (FFRDC) is proposed, offerors are reminded of the limitations in their use (see FAR 35.017) and must provide documentation in the proposal that work is not otherwise available from the private sector. To be eligible for award of a contract, a prospective contractor must meet certain minimum standards pertaining to financial resources, ability to comply with the performance schedule, prior records of performance, integrity, organization, experience, operational controls, technical skills, facilities and equipment. Also, registration in the Contractor Central Registration prior to award is mandatory. For additional information and guidance concerning qualifications and standards for responsibility of perspective contractors, please refer to FAR Part 9. Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are providing scientific, engineering and technical assistance (SETA) or similar support to any Government technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports, and identify the prime contract number. Affirmations should be furnished at the time of proposal submission. All facts relevant to the existence or potential existence of organizational conflicts of interest, as that term is defined in the FAR 9.501, must be disclosed. The disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. Offerors should also indicate if the proposed effort is the subject of an on-going IR&D program. It is our policy to treat all proposals as privileged information before award and to disclose the contents for evaluation purposes only. All reviewers are made aware that proposals shall not be duplicated, used, or disclosed in whole or in part, for any purpose other than to evaluate, without written permission of the offeror. Restrictive notices notwithstanding, proposals may be handled, for administrative purposes only, by a support contractor. The support contractor is prohibited from competition in NVESD technical research and is bound by appropriate nondisclosure requirements. This BAA is issued under the provision of Paragraph 6.102 (d)(2) of the Federal Acquisition Regulation (FAR) which provides for the competitive selection of basic research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the result of full and open competition and are in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act" of 1984. This announcement is an expression of interest only and does not commit the Government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. There will be no formal request for proposal or any other solicitation document issued in regards to this BAA; therefore, interested parties should be alert for any BAA Amendments that may be published in the Commerce Business Daily or posted on the Interagency Business Opportunity Page (abop.monmouth.army.mil) under the BAA solicitation number (DAAB15-01-R-1011). The Government strongly encourages the informal discussion of any proposed effort prior to the submission of a formal proposal. Questions concerning contractual, cost, or pricing format may be directed to the Contracting Officer, Ms. Peggy Melanson 703-325-6096. Questions on technical matters related to mine neutralization should be referred to Dr. W. David Lee (703)704-1063 or dlee@nvl.army.mil. All interested parties are encouraged to contact the cited individuals at any time prior to proposal submission in order to obtain clarifications and guidance. Offerors are cautioned that all such inquiries must be made prior to Government receipt of proposals. Once a proposal is received by CECOM Acquisition Center-Washington, all communications should be through the Contracting Officer. Prospective offerors are cautioned that only the Contracting Officer is legally authorized to commit the Government.
- Web Link
- Click here to access the Business Opportunity Page (htt://abop.monmouth.army.mil)
- Record
- Loren Data Corp. 20010124/ASOL005.HTM (W-022 SN50B4O1)
| A - Research and Development Index
|
Issue Index |
Created on January 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|