COMMERCE BUSINESS DAILY ISSUE OF APRIL 2, 2001 PSA #2820
SOLICITATIONS
A -- RESEARCH & DEVELOPMENT, MODELING AND SIMULATION
- Notice Date
- March 29, 2001
- Contracting Office
- Department of the Interior, National Business Center, Acquisition Services Division, Southwest Branch, P.O. Box 12924. Fort Huachuca, AZ 85670-2924
- ZIP Code
- 85670-2924
- Solicitation Number
- 0329
- Response Due
- May 11, 2001
- Point of Contact
- Lawrence Carter, 520-533-1213
- E-Mail Address
- www.army.mil/usag/doc/doi/people.htm (lawrence.carter@hua.army.mil)
- Description
- DESCRIPTION: This Broad Agency Announcement (BAA) constitutes the entire solicitation for this effort. No additional information is available, nor will a formal request for proposal or other solicitation regarding this notice be issued; requests for same will be disregarded. INTRODUCTION: The Department of the Interior, National Business Center, Acquisition Services Division, Southwest Branch, Fort Huachuca, acting as the contracting agent for the Defense Modeling and Simulation Office, is issuing a one step (full proposal only) BAA to solicit research proposals in modeling simulation technologies applicable to Operations Other Than War (OOTW) conducted by the Department of Defense and with applicability to civilian agencies and commercial entities. Multiple awards are anticipated. Each award to be a 12 month period of performance. Costs for individual efforts are anticipated to be limited to $250,00.00 per award. This BAA constitutes the entire solicitation for this effort. PROGRAM OBJECTIVES: The mission of the Defense Modeling and Simulation Office (DMSO), Science and Technology Initiatives Division is to leverage science and technology advances to provide warfighters with superior and affordable modeling and simulation technology to support their mission and give them revolutionary war-winning capabilities. To achieve this, the Science and Technology Initiatives Division seeks to identify and pursue the most promising modeling and simulation technologies within a broad spectrum of the science and engineering research communities and to develop those technologies into important, new modeling and simulation capabilities applicable to DoD OOTW uses and with additional applicability to civilian agencies and commercial entities. To this end, the Science and Technology Initiatives Division is soliciting proposals for advanced research and development in a variety of enabling technical areas as described below. Proposals should evolve and demonstrate new technology. The project must result in the development of a technology, not the application of a technology. However, in all cases, proposers should demonstrate their proposed effort is aimed at high-payoff technologies having the potential for making large incremental or somewhat revolutionary improvements to current DoD modeling and simulation capabilities. PRIMARY AREA OF INTEREST: The conduct of Operations Other Than War (OOTW) has become an extremely important part of the US military's responsibility since the end of the Cold War. OOTW includes operations encompassing the use of military capabilities across the range of military operations short of war. These military actions can be applied to complement any combination of the other instruments of national power and occur before, during, and after war. Refer to Joint Publication 3-07, "Joint Doctrine for Military Operations Other Than War," (http://www.dtic.mil/doctrine/jel/c_pubs2.htm) for purposes, principles, types of operations and planning considerations. The factors influencing success and failure in OOTW are economic, political, sociological, cultural, and psychological factors more often than they are military factors. The DMSO SCIENCE AND TECHNOLOGY INITIATIVES DIVISION seeks technologies enhancing the modeling and simulation of OOTW see http://www.msiac.dmso.mil/ootw/ as a modeling and simulations special interest area. PROGRAM SCOPE: A total of $1M may be available for the program. Multiple 12-month awards with a targeted not to exceed cost of $250,000.00 each are anticipated. There will be no second years considered in the base effort and no option years will be evaluated or considered. Offerors are strongly encouraged to provide significant cost-sharing and detailed technology transfer plans describing teaming partnerships or other plans leading to commercialization of the technology developed. These cost-sharing plans and detailed technology transfer plans leading to commercialization of developed technology will be most favorably considered during the evaluation process. Proposers are limited to US organizations. Foreign organizations wishing to participate must team with a US entity as the prime partner. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation. Teaming arrangements between academia and industry are encouraged. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. Awards are subject to the availability of funds. Awards may take the form of a procurement contract, grant, or cooperative agreement depending on the nature of the work proposed, the required degree of interaction between parties, and other factors. TECHNICAL TOPIC AREAS OF INTEREST TO OOTW: Realistic modeling of peacekeeping operations in an aggregate and entity level combat simulation; simulation of complex sociological, economic, political, cultural, and military activities; modeling of interactive behaviors stressing human decision processes; ability to enhance current joint simulations (e.g., Joint Conflict and Tactical Simulation) with OOTW capabilities; variable behavior, realistic opposing forces influenced by social, economic, political, cultural, and religious environments; cost models for analyzing OOTW operations; logistics analysis tools to include tools for modeling the logistics associated with the humanitarian and security support of displaced persons; ability to simulate communications connectivity among many diverse military and non-military players; functional description of the OOTW mission space; ability to quickly model urban environments; ability to simulate biological and chemical effect; simulation of non-lethal weapons; low-cost training alternatives such as commercial computer games. OTHER TECHNICAL AREAS OF INTEREST: The Defense Modeling and Simulation Office Science and Technology Initiatives Division will consider other technical ideas having the potential to enhance modeling and simulation. Other technical topic areas include, but are not limited to: effects-based modeling and analysis; multi/mixed resolution integration and abstraction; linkage of real-time, live data/information into models and simulation; cost effective methodology for capturing the effects of information operations' intelligent agent based friendly forces, opposing forces, and non-military as a means of reducing aggregate level training simulations; GUI-based tools for creation of simulations, simulation of complex adaptive systems (especially command and control systems). PROPOSAL SUBMISSION AND DEADLINES: Proposals must be submitted in accordance with the requirements and procedures identified in this BAA. Proposals may be submitted at any time until the close of the BAA at 4:00 PM, Mountain Standard Time, 11 May 2001. PROPOSAL EVALUATION: Proposals will be evaluated in accordance with the following evaluation criteria in descending order of preference: (1) the effort's potential contributions to Joint military and non-military modeling and simulation for OOTW applications. (2) overall scientific and/or technical merit, including technical feasibility, degree of innovation, understanding of the technical and operational approach, and experimental approach. (3) cost reasonableness and realism. (4) the offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving proposal objectives (5) qualifications, capabilities, and experience of key personnel. (6) the offeror's record of present and past performance. Each offeror shall provide explicit information in their proposal directly addressing the proposal's merit with respect to each evaluation factor. Additionally, the offeror must submit a separate list of all technical data or computer software to be furnished to the Government with other than unlimited data rights. PROPOSAL PREPARATION INSTRUCTIONS: This announcement is an expression of interest only and does not commit the Government to pay for proposal preparation costs. 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 normal bid and proposal indirect costs as specified in FAR 31.205-18. 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. Each proposal shall reflect the potential for commercial application and the benefits expected to accrue from this commercialization. Technology transition efforts, partners, or plans should be explicitly discussed. Discussions with any of the points of contact shall not constitute a commitment by the government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. PROPOSALS: General. Proposals will be due on or before 11 May 2001 to the Department of the Interior, National Business Center, Acquisition Services Division, Southwest Branch, Fort Huachuca, Arizona. Information or data contained in a full proposal deemed proprietary by the offeror should be clearly marked. Proposals shall consist of two volumes: Technical and Management and Cost. The page format shall be 12 point or larger type, single-spaced, one inch margins, single sided, 8. 5 by 11 inch pages. The page limitation for the technical/management proposal includes all information (i.e., indices, photographs, foldouts, appendices, attachments, key personnel, resumes, etc.). Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. The maximum total length of Volume I is twenty (20) pages. Offerors are encouraged to keep cost proposals to a goal of five (5) pages. Offerors shall submit an original paper copy of each proposal and an electronic copy in Microsoft Word for Windows (Microsoft Excel for any spreadsheet submissions) format on 3.5 inch 1.4MB floppy diskette or an Iomega-compatible 100MB Zip desk(s) by the closing date. Proposals exceeding the maximum total length WILL NOT be considered. Expanded information concerning proposal preparation may be found in the Proposer's Information Pamphlet (PIP) which may be found at the Department of the Interior, National Business Center, Acquisition Services Division, Southwest Branch, Fort Huachuca, Arizona Internet website, http://huachuca-www.army.mil/usag/doc/doi/dmsopip.htm. FORMAT: Volume I Technical and Management. Cover Sheet: The Cover Sheet shall identify the BAA number, lead organization submitting the proposal, type of business (large, small, educational institution, other not-for-profit, etc.), offeror's CAGE code and CCR number (if any), other team members (if applicable) and their types of business, proposal title, technical and administrative points of contact. Points of contact must include voice and facsimile telephone numbers, electronic mail addresses, and Internet web site addresses, if any. An example of the cover sheet may be found in the Proposer's Information Pamphlet. Part I: Summary of Proposal. This section shall provide an overview of the proposed work, as well as introduce associated technical and management issues. This section shall provide a technical description of the project in sufficient detail to provide clear, quantifiable technical objectives and a technical approach with a project schedule showing definite decision points and endpoints. In a manner of the offeror's choosing, this Part should provide a succinct description of the uniqueness and benefits of the proposed project. Proposers must address: A. Innovative claims for the proposed research. (Include in this part all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated.) B. Deliverables associated with the proposed research, and any plans and capabilities to accomplish technology transition and commercialization. C. Schedule and milestones for the proposed research, including overall estimates of cost for each task. D. Technical rationale, technical approach, and constructive plans for accomplishment of technical goals. E. General discussions of other research in this area, with differences between the proposed effort and current state-of-the-art clearly stated. F. A clearly defined organization chart for the program team with brief biographical sketches of key personnel. G. Teaming relationships, as applicable, to include the programmatic relationship of team members; the unique capabilities of team members; the task responsibilities of team members; the teaming strategy among the team members; the key personnel along with the amount of effort to be expended by each person during each year. Part II: Detailed Proposal Information. This part shall provide the detailed, in depth discussion of the proposed research. Specific attention must be given to addressing both the risks and payoffs of the proposed research making it desirable to pursue. This Part shall provide: A. Statement of Work (SOW), describing the effort's scope, the specific tasks to be performed and their associated schedules and relationship to the technical topic and associated thrust areas, described above. B. Description of the results, products, transferable technology, and expected technology transfer path(s). C. Detailed technical rationale. D. Comparison with other ongoing research highlighting the uniqueness of the proposed effort and approach. E. Discussion of offeror's previous accomplishments/work in this or closely related research areas. F. Description of the facilities that would be used for the proposed effort. G. Detailed description of the support, including formal teaming agreements, required to execute the offeror's proposal. Volume II: Cost. Part 1: Cover Sheet. The Cover Sheet shall be the same as described for Volume I. Part 2: Detailed Cost Breakdown. Offeror shall provide all cost estimates associated with the proposed project, to include: A. total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead charges, etc.); B. major program task costs; C. an itemization of major subcontracts; D. a summary of projected funding requirements by month; E. a description of cost estimating methods; and F. the source, nature, and amount of any industry cost-sharing. No proposed expenditures for equipment, hardware, software, etc., will be allowable. Part 3: Supporting Cost and Pricing Information. This part shall include supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in Part 2 above. Costs for subcontracts having 20% or more of the total value of the work must be substantiated to the same level of detail as the costs of the offeror. EVALUATION AND SELECTION. Proposals will be selected through a technical/scientific/business decision process using the following criteria in descending order of importance: (1) the effort's potential contributions to Joint military and non-military modeling and simulation for OOTW applications. (2) overall scientific and/or technical merit, including technical feasibility, degree of innovation, understanding of the technical and operational approach, and experimental approach (3) cost reasonableness and realism. (4) the offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving proposal objectives (5) qualifications, capabilities, and experience of key personnel (6) the offeror's record of present and past performance Awards under this BAA will be made to responsible offerors on the basis of the evaluation criteria above and a BEST VALUE approach to the Government. Awards will be subject to the availability of funds. Awards may take the form of a procurement contract, grant, or cooperative agreement, depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. The Government reserves the right to 1) select for award all, some, or none of the proposals received, and 2) incrementally fund any award instrument. PROPOSAL SUBMISSION: Proposers may submit multiple proposals. Proposals may cover individual or multiple technical topic areas. To be considered, full proposals (in original) must be received at the Department of the Interior, National Business Center, Acquisition Support Division, Southwest Branch, Post Office Box 12924, ATTN: DMSO BAA (L. Carter), Fort Huachuca, Arizona, 85670-2924, on or before 4:00PM Mountain Standard Time, (MST), 11 May 2001. For overnight package delivery, proposals should be addressed to the Department of the Interior, National Business Center, Acquisition Support Division, Southwest Branch, ATTN: DMSO BAA (L.Carter), Bldg. 22208 Auger St, Fort Huachuca, Arizona 85613-6000, on or before 4:00 PM Mountain Standard Time (MST), Friday, 11 May 2001. In addition to the original hardcopy, an electronic copy of the proposal shall be submitted on 1.44MB 3- inch floppy diskette(s) or Iomega 100MB Zip disk(s). All proposals should be submitted in MS-Office (95 through 98 versions) compatible applications (i.e., Word and Excel). Proposals submitted by fax or electronic mail are not acceptable and WILL NOT BE CONSIDERED. Proposals and/or proposal addenda received after the proposal submission closing date and time WILL NOT BE CONSIDERED. Proposals not adhering to the form and format required by this BAA WILL NOT BE CONSIDERED. The Government anticipates completing the evaluation process during July 2001. The offeror must mark the proposal with a protective legend in accordance with FAR Part 15.6, Use and Disclosure of Data, (modified to permit release to outside evaluators retained by either the Defense Modeling and Simulation Office Science and Technology Initiatives Division or the Department of the Interior, National Business Center, Acquisition Support Division, Southwest Branch, Fort Huachuca) if protection is desired for proprietary or confidential information.
- Web Link
- ERROR -- (http://huachuca-www.army.mil/usag/doc/doi/dmsobaa.htm)
- Record
- Loren Data Corp. 20010402/ASOL005.HTM (W-088 SN50H6W1)
| A - Research and Development Index
|
Issue Index |
Created on March 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|