Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

A -- INTEGRATED ATMOSPHERIC CHEMICAL SENSORS PACKAGE

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
AFBAA0201
 
Response Due
7/31/2002
 
Archive Date
8/15/2002
 
Point of Contact
Patricia Colbary, Contract Specialist, Phone 321-494-8370, Fax 321-494-5403, - Robert Stuart, Contracting Officer, Phone 321-494-5189, Fax 321-494-5403,
 
E-Mail Address
pat.colbary@patrick.af.mil, robert.stuart@patrick.af.mil
 
Description
TITLE: INTEGRATED ATMOSPHERIC CHEMICAL SENSORS PACKAGE SOL: AFBAA 02-01-45CONS/LGCCB Due: 31 July 02 (White Papers Only) POC: Contracting Specialist Pat Colbary, (321) 494-8370, Bob Stuart Contracting Officer (321) 494-5189, Technical Advisor Mr. Tomas Corey (321) 494-7241. Broad Agency Announcement?The 45th Contracting Squadron is soliciting firms for a design study to develop a prototype of an integrated atmospheric chemical sensors package using both current commercial and government technology. The following three issues are of importance for this sensor package: maintainability, portability, and sensitivity. A) Maintainability: The integrated sensor package must survive harsh natural environments with unskilled operator intervention, and operate without routine maintenance or calibration for long periods of time (target is at least 6 months). The integrated sensor package shall be capable of stand-alone operation, and also interface with existing equipment (hardware interface specs to be determined later). The integrated sensor package shall include software to facilitate both hardware diagnostics and programmable activation schedules. B) Portability: The integrated sensor package shall be packaged in cases (one case is desirable), each transportable by one individual. The integrated sensor package shall be deployable worldwide and be able to use local power supply. C) Sensitivity: The integrated sensor package must house sensors that measure and record (in Microsoft-compatible data format) levels of UV-B solar radiation and atmospheric pollutants to include at least NMHC, O3 and NOx. The thresholds for the above mentioned pollutants are as follows; NMHC 1.5 ppmC or lower, 03 0.5 ppm or lower, NOx 0.5 ppm or lower, and UV-B. It is desired that the integrated sensor package also detect and quantify pollutants including SOx (2 ppm or lower), CO (50 ppm or lower), particulates (>10 microns), asbestos fibers, and metals (Arsenic, Beryllium, Cadmium, Chromium, Cobalt, Lead, Manganese, Mercury, Nickel, Selenium, Silver, Vanadium, Zinc, Uranium isotopes, and depleted Uranium). Lower detection levels for the pollutants required are a plus. Some aspects of the project will be classified; therefore, developer must maintain a SECRET level security clearance. Possession of a current SECRET clearance is a necessity for the entire project. Companies not possessing a clearance need not submit white papers. Foreign or foreign-owned offerors are subject to foreign disclosure review procedures and are advised to immediately contact the 45th Contracting Squadron for information if they contemplate responding. Because the program will span multiple disciplines and capabilities, teaming arrangements may be appropriate. Participation by historically black colleges and universities/minority institutions (HBCU/M1) are encouraged. White Papers are sought from offerors who wish to propose innovative technology development in the area of atmospheric chemical sensors. This BAA is a competitive solicitation and this announcement constitutes a request for White Papers Only. The white paper shall propose an integrated sensor package concept that maximizes the use of commercial and government off-the-shelf components where cost effective, and where such use satisfies requirements. The white paper may include multiple design options, each with a different balance between maintainability, portability, and sensitivity. Prospective contractors should include names, dollar amounts, and customer contact information for similar projects. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal at a later date. Such invitation does not assure that the submitting organization will be awarded a contract. Evaluation of future proposals will be accomplished through a scientific peer review conducted during which the following evaluation criteria will be applied. 1) 50% Methodology for the research and design of the integrated sensor package. How does the potential contractor address each of the following aspects of the integrated sensor package in order of importance: maintainability, portability, and sensitivity. 2) 30% Past performance of contracts that are similar to this concept in nature and scope. 3) 20% Potential schedule and costs for the design study. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and fund availability. Cost realism and reasonableness shall also be considered to the extent appropriate. This BAA is an expression of interest only ? the cost of preparing proposals in response to this announcement is not considered allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 3 1.205-18. All White Papers (original and one copy) must be submitted in hard copy to: Mr. Thomas Corey AFTAC/TMKE 1030 S. Hwy AlA Patrick AFB, Fl 32925 Responses should reference this BAA number 02-01. The due date for submission of white papers is 2:00 PM EST, 31 July 2002. White Papers received after the exact time will be processed according to FAR 52.215-10, Late Submissions, Modifications and Withdrawals of Proposals. White Papers and proposals will not be returned after evaluation. Offerors are reminded that only Contracting Officers are legally authorized to commit the Government. Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). For the proposal phase, offerors are required to submit cost and technical proposals in an original and two paper copies and on a 3 ?? high density disk or a CD-ROM using Microsoft Word. Proposals submitted are to be effective for 180 days and shall state this in the cost proposal. Complete instructions for proposal preparation will be forwarded with the invitations for proposal submissions. This research initiative is envisioned as a staged approach leading to a viable atmospheric integrated sensor package. The initial contract will be for the design study, development and construction of one or more prototypes, and possible production of subject sensor package. Initial funding for the design study and prototype development is anticipated ranging from $300K to $500K. The Government reserves the right to select for award, all, some, or none of the proposals received. White papers and proposal submissions will be protected from unauthorized disclosure in accordance with Federal Acquisition Regulation (FAR) Subpart 3.104-4 and 3.104-5, applicable law, and DoD regulations. Multiple awards may occur as a result of this BAA. An ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications, are not considered to be ?significant concerns:? and should be communicated directly to the Contracting Officer, Robert Stuart (321) 494-5189. The purpose of the ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Ms. Susan Stone, Chief, Mission Support Flight, 45CONS/LGCZ (321) 494-5572. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process.
 
Place of Performance
Address: 1030 South Highway A1A, Bldg 989, Patrick AFB FL 32925
Zip Code: 3002
Country: USA
 
Record
SN00092361-W 20020614/020613084632 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.