Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

A -- Develop Directed Energy Weapons

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - PL
 
ZIP Code
87117
 
Solicitation Number
03-DE05
 
Response Due
10/3/2003
 
Archive Date
10/18/2003
 
Point of Contact
Keith Kennedy, Contract Specialist, Phone 505 846 5229, Fax 505 846 1546, - David Castillo, Contracting Officer, Phone 505 853 3306, Fax 505 846 1546,
 
E-Mail Address
Keith.Kennedy@kirtland.af.mil, David.Castillo@kirtland.af.mil
 
Description
The High Energy Laser (HEL) Joint Technology Office (JTO), Office of the Secretary of Defense (OSD), Albuquerque, New Mexico, solicits white papers for science and technology projects required to support development of directed energy weapon (DEW) systems. The OSD HEL JTO program develops and executes a DoD-wide, coordinated management and investment strategy to take advantage of opportunities presented by advances in HEL technologies. The JTO vision is that HELs will be a viable weapons alternative in modern warfare. The JTO mission is to lead DoD’s integrated development of HEL weapon technology. The JTO’s objective is to make HELs lightweight, affordable, supportable, and effective on the modern battlefield. The program will promote projects, research, scientific studies, or other initiatives providing farsighted, high payoff research leading to advances in HEL science and technology. The HEL JTO has established a two-step process for offerors submitting a white paper under this Broad Agency Announcement (BAA). Part 1 requires submission of a white paper for evaluation and notification; Part 2 requires an oral presentation. The HEL JTO must receive papers submitted in response to this announcement by 1600 MST on 3 October 2003. The expected award date is March 15, 2004. Approximately $11M in awards may be made in FY04; JTO estimates a $22M budget for all projects for fiscal years 04 and 05. However, there is no certainty in the level of funding. The white paper shall consist of a technical section, ROM cost, a schedule, and resumes. Final detailed instructions for preparing and submitting each component herein is found below and in external sources referenced. The white paper, subsequent oral presentation, proposed contractor-developed Statement of Work (SOW) and cost proposal submitted by an offeror in response to this BAA are the only vehicles available to the offeror for receiving consideration for award. This program shall issue no other solicitation relating to this requirement for FY 2004. Offerors should consult FedBizOpps, the Government –wide point of entry for any amendments to this BAA. The Government reserves the right to award a procurement instrument best suited to the nature of the technology development proposed. White papers may be for projects that can be completed within a year of award, or may be for multiple-year (maximum two (2) year) projects, if the subsequent year can be funded (separately priced) as an individual option with clearly defined milestones and deliverables in each year. The Government may award to all, some, or none of the proposals received. If the Government fails to conclude negotiations with the apparent successful offeror(s), the Government may conduct negotiations with another acceptable offeror. The Government avails this requirement to unrestricted full and open competition. The HEL JTO encourages all businesses (including small businesses), academia, and civilian government agencies to propose on this solicitation. Offerors must indicate if they are small, small disadvantaged, 8(a) certified, woman-owned, or hub-zone certified. The HEL JTO encourages teams and partnerships among commercial entities, academia, and government agencies. All DOD FFRDC’s, may submit proposals responding to this announcement. Other FFRDC’s, the C3I Lab, Lincoln Laboratory, Software Engineering Institute or contractors, that propose using FFRDC’s not discussed herein shall provide rationale in their proposal justifying that the research falls within the purpose, mission, general scope of effort or special competency of the FFRDC, and that proposed research will not compete with the private sector. The North American Industry Classification System (NAICS) code applicable to this acquisition is 541710; the size standard is 500 employees. Support contractors may read, review, and/or administratively handle all white papers. Employees of the Federal government and support contractors to OSD/HEL JTO are individually bound by appropriate nondisclosure requirements with signed nondisclosure and organizational conflict of interest statements and are prohibited from competition in this technical area. Offerors shall sign and return with their white papers a consent to administrative access, AFMCFARS 5352.215-9007 “Use of Non-government Advisors,” located on the internet at http://farsite.hill.af.mil. Offerors may have access to or may generate data that is unclassified with limited distribution, and/or subject to U.S. Export Control laws. Submit no classified white papers. Foreign owned firms should contact the contracting officer before submitting a white paper to determine whether you are eligible to receive an award. For eligibility for award, non-government offerors must also register in the Central Contractor Registration (CCR) database pursuant to Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 204.73. Any offeror who is not registered may register at http://www.ccr.gov. Alternatively, offerors may phone 1-877-DLA-CALL. Offerors not registered should register immediately. Find Air Force CCR guidance and information at http://www.safaq.hq.af.mil/contracting. Statement of Problem/Objective: Projects proposed under this BAA must address a current or projected HEL capability or enabling technology shortfall that 1) is unique to DEW’s, and 2) that requires advanced development or maturation of some technology to overcome. Non-HEL programs may also benefit from the technology developed or matured in the proposed project, but clearly delineate the HEL requirement. The Government may consider beyond the scope of this solicitation any proposal that seek to satisfy a HEL requirement by simply combining existing technologies in a novel way via integration or engineering projects,. Development of technologies that will support the HEL requirements (or reasonable, educated predictions thereof) of general classes of DEW’s particularly interests the Government.Technology development that supports the HEL requirements of a single, specific, active DE acquisition program also interests the government. See areas of potential technology development under this BAA in attachment one. These illustrate the scope of this BAA and indicate broad areas of government interest. They do not document current technology shortfalls for HEL’s and do not consider them HEL requirements. Offerors developing white paper proposals under this BAA shall identify HEL requirements sufficiently to support the S&T work they propose. The HEL JTO encourages multiple submissions in one or more areas you may consider having a high probability of interest to the HEL community. White paper preparation and submission instructions: Submit firm offers valid for at least 180 days. Prepare separate white papers for each technical area (found above in “Statement of Problem/Objectives”) the offeror is pursuing. Each white paper must stand on its own merit. The HEL JTO will use only information provided in a white paper in the evaluation process leading to an oral presentation and award. Prepare the white paper simply, economically, in accordance with all instructions contained herein, and in any external sources referenced herein. Convey all required information concisely using straightforward language. The cost of preparing white papers and oral presentations in response to this announcement is not an allowable direct charge to any resulting contract or any other contract; but the Government may allow ordinary bid and proposal indirect costs in accordance with FAR 31.205-18. For the purposes of this solicitation, a white paper shall consist of four parts: 1) a technical section; 2) a ROM cost; 3) a schedule; and 4) resumes. The four components of each white paper shall be recorded on a single CD-R. The HEL JTO requires no hardcopies. Submit all files in Microsoft Word 6.0 or higher format. Record all files on the CD-R as distinct documents and properly name. The typical submission will be a CD-R containing a technical section in Word format; a ROM cost in Word format; and a schedule in Microsoft Project; and a resume section in Work format. Label a single CD-R containing these files with the lead offeror’s name, project title (to correspond exactly to the project title used on the coversheets of each proposal component and technical area number), and contact information. Mail or hand-carry the labeled CD-R to the OSD/HEL JTO such that it is received NLT 1600 (Mountain Time) 3 October 2003. JTO requires no formal transmittal letter. OSD/HEL JTO, Attn: FY04 BAA Submission I, 901 University Blvd. SE, Suite 100, Albuquerque, NM 87106. The HEL JTO will not evaluate or consider for award white papers sent to any other address or submitted by fax or e-mail. The HEL JTO will not accept classified white papers, but offerors must submit a white paper for eligibility for award. A white paper containing data that is not to be disclosed to the public for any purpose or used by the government except for evaluation purposes shall include on its cover page the statement found in paragraph b, chapter 3 (page 6) of the AFRL BAA/PRDA Industry Guide http://www.wrs.afrl.af.mil/contract/Ind-gde.rtf. Additionally, mark each page containing proprietary or export-controlled data as described also on page 6 of the AFRL BAA/PRDA Industry Guide. This marking may be in a small font and shall be at the bottom only of each applicable page. Limit the technical and management section to three (3) pages. This page limitation applies to all information comprising the technical/management section except the required cover page, cost, schedule and resumes. The Government desires no extraneous information (information not explicitly requested in this announcement); do not submit it. The Government will only read and evaluate the technical section up to the page limitation. The Government will delete pages over the page limitation prior to evaluation. Allow one-inch margins on each page. Use elite type size or equivalent (not smaller than 10 point vertical character height and not more than 12 characters per inch). A 10 point proportional serif font is acceptable, in which case a character per inch measurement does not apply. Do not typeset or use other techniques to reduce character size or spacing. Each printed side of a sheet counts as a page. With the exception of the page limitation, these format specifications shall apply to the offeror’s SOW. The Government will accomplish evaluation of white papers through a technical peer review of each white paper using the criteria below. The Government will use no further evaluation criteria to assess the papers. Organization and clarity of information are critical to all of these evaluation criteria: (1) Overall scientific/technical merit and soundness of approach of the proposed effort, and its significance to DoD HEL S&T shortfall(s). (2) The innovativeness of the idea(s), approach(es), or procedure(s) proposed, and the balance relative to overall technical and cost/schedule risk. (3) The offeror’s capabilities including experience, facilities, competence/availability of personnel, and the cost/price of the proposed effort. Find recommended templates for the technical/management section in attachment two, and cost proposal instructions in attachment three. Regardless how the offeror chooses to prepare the white paper, all white papers shall contain the information requested found in attachments and elsewhere herein. The Government encourages open communication between offerors and technical points of contact until submittal of oral briefing charts or cost proposals. Don Seeley, 505.248.8205, serves as the technical point of contact. Thereafter, only the Government should initiate communication for clarification or to notify offerors of time and date for oral presentation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFRLPLDED/03-DE05/listing.html)
 
Place of Performance
Country: USA
 
Record
SN00426812-F 20030906/030904214319 (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.