Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2004 FBO #1125
SOLICITATION NOTICE

A -- Procurement Readiness Optimization-Advanced Casting Technologies (PRO-ACT)

Notice Date
12/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Local Support, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
BAA05-0001
 
Response Due
2/8/2005
 
Archive Date
2/23/2005
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Supply Center Philadelphia, Attn: DSCP-PBA, Bldg. 36-2, 700 Robbins Avenue, Philadelphia, PA 19111-5092 SUBJECT: A? PROCUREMENT READINESS OPTIMIZATION - ADVANCED CASTING TECHNOLOGIES (PRO-ACT) SOL: BAA 05-0001 DUE: February 8, 2005 POC: Assunta (Sue) Bonanno/215-737-7339 Email: assunta.bonanno@dla.mil . The Defense Logistics Agency (DLA) is soliciting proposals for the PRO-ACT program which seeks to demonstrate readiness improvements by developing and applying innovative methods of designing, manufacturing and buying weapons systems spares through advanced casting technologies. Proposed research should result in significant improvements to the existing state of practice. Technical oversight of the projects selected for funding under this BAA will be performed by DLA and/or the Military Services. Subject to availability of funds, a total Government investment of about $10 million is planned during Fiscal Years 05 - 09 for funding efforts selected from this BAA. Proposals for less than the total amount and shorter than the total duration are welcomed. GENERAL INFORMATION: Offerors must submit an original and two (2) copies of full proposals and refer to BAA# 05-001 by 3:00 PM, local Philadelphia time on Tuesday, February 8, 2005, to DSCP-Business Opportunities Office, Bldg 36, 2nd floor, 700 Robbins Avenue, Philadelphia, PA 19111 in order to be considered. In addition to the paper versions, proposals shall be sent by email to the POC at the top of this BAA in a file format compatible with Microsoft Office programs. No additional information is available, nor will a formal RFP or other solicitation regarding this announcement be issued. The Government reserves the right to select for award none, one or more contractor teams from the proposals received. The maximum expected period of performance for any awarded contract is 5 years. This is an unrestricted acquisition. All responsible sources capable of satisfying the Government's needs may submit a proposal, which shall be considered by DLA. DSCP encourages industry, educational institutions, small businesses, small disadvantaged business concerns, and historically black colleges and universities (HBCU) and minority institutions (MI) to submit proposals under this BAA. However, no portion of this BAA will be set-aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research in this technology. For purposes of this acquisition, the small business size standard is 500 employees. Large Business concerns are required to submit a Small Business/Small Disadvantaged Business Subcontracting Plan. All correspondence and questions on this solicitation, including request for information on how to submit a proposal for this BAA, should be directed to the POC at the top of the BAA; e-mail or fax is preferred. AREAS OF INTEREST: Proposers are encouraged to develop project teams involving all of the elements of the metal casting supply chain in order to achieve the overall goal of this program. Proposed work should result in the delivery of tools such as industry standards, best practices, guidelines, and software which have continuing value to the Department of Defense and the industrial base. Areas of interest are: tools for casting technical data package review and modernization; tools for evaluating foundry products and processes for best value source selection; foundry processes which improve the speed and predictability of casting manufacture; tools for capturing, retaining, and recalling casting process models, so that older items, which have not been made for a number of years, can be put back in production quickly with minimum risk; best practices for qualification of new casting materials and processes when old materials and processes are no longer viable; interactive web based software tools for design engineers to walk through potential casting applications and come up with decisions (process and material selection) whether application is appropriate for casting; improved acceptance standards such as reference radiographs; casting applications development for small lots and short lead times, which will demonstrate the technical and economic superiority of castings to meet these goals, through promotional activities that can be targeted at single industries or can be broad spectrum promotions in seminars and trade shows. demonstrations of cost reduction potential arising from casting applications. Although DLA sees special merit in these areas, offerors are free to innovate and are not limited to proposing exactly these technology areas. Equal consideration will be given to all approaches that enable improved readiness for weapon system spares made from castings. SUBMISSION PROCESS: The proposal should express a consolidated effort in support of one or more related technical concepts or ideas. Disjointed efforts should not be included into a single proposal. PROPOSAL FORMAT: All proposals must be in the format given below. Non-conforming proposals may be rejected without review. VOLUME I -TECHNICAL AND MANAGEMENT PROPOSAL shall include the following sections each starting on a new page and each page is 8-1/2" x 11" with type not smaller than 12 pitch. VOLUME I shall not exceed 50 pages. Maximum page length for each section is shown in braces { } below. Section I, Administration: A. {1} Cover page including: (1) BAA number, (2) Technical topic area, (3) Proposal title, (4) Technical point of contact including: name, telephone number, fax number, e-mail address, and mailing address. (5) Administrative point of contact including: name, telephone number, fax number, e-mail address, and mailing address.(6) Contractor's type of business, selected among the following categories: "LARGE BUSINESS", "SMALL DISADVANTAGED BUSINESS","OTHER SMALL BUSINESS", "HBCU", "MI", "OTHER EDUCATIONAL", or "OTHER NONPROFIT". (7) Names of all organizations that comprise the offeror's proposed team. (8) Duration and cost (Government and cost share) of the effort. B.{1} Official transmittal letter. Section II, Summary of Proposal: This section provides an overview of the proposed work as well as an introduction to the associated technical and management issues. A. {1} Innovative claims for the proposed research. This page is the centerpiece of the proposal and should succinctly describe the unique proposed contribution. B {2} Deliverables associated with the proposed research. Include in this section all proprietary claims to results, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are not proprietary claims, this should be stated. C. {1} Cost, schedule and milestones for the proposed research, including estimates of cost for each task in each year of the effort and total cost, broken out by performing organization. D. {4} Specific technical approach, rationale and strategy for accomplishment of technical goals in support of innovative claims and deliverables (This section should be supplemented by a more detailed plan in Section III-C.) E. {1} List of key personnel along with the amount of effort to be expended by each person during the contract year. Section III, Detailed Proposal Information: This section provides the detailed discussion of the proposed work necessary to enable an in-depth review of the specific technical and managerial issues. A. {3} Statement of Work (SOW) written in plain English, outlining the scope of the effort and citing specific tasks to be performed and specific contractor requirements. B. {5} Description of the results, products, and transferable technology to be developed C. {18} Detailed technical approach and rationale enhancing that of Section II. This should describe the proposer's directly relevant previous accomplishments. D. {2} Description of the facilities that would be used for the proposed effort E. {2} Concise summary of the qualifications of key personnel Section IV, Program Plan {7}This section shall provide a detailed program plan that displays all major tasks (in the form of a PERT network, GANTT Chart, or other appropriate format), their schedule and dependency relationships, which organization is responsible for task execution, and the resources allocated to each task. A one page cost summary will be included in the program plan. Section V, Additional Information {2} This section shall contain a bibliography of relevant technical papers and research notes (published and unpublished) which document the technical ideas upon which the proposal is based. VOLUME II, Cost Proposal {no page limit}: adequate price competition is anticipated; therefore, offerors are not required to submit certified cost or pricing data. Offerors must submit cost or pricing information only to the extent necessary to provide the government the ability to determine the reasonableness and realism of the cost and/or price. The offeror's format for submitting such information is acceptable; however, offerors are encouraged to use a Standard Form (SF) 1448, Proposal Cover Sheet (cost or pricing data not required). Copies of an SF 1448 may be obtained from the POC listed above. Cost proposals should be organized to include two sections in the following order: total project cost, and cost sharing and in-kind contributions. Section 1 - Total Project Cost - will include total project cost by month. The offeror will also give a detailed breakdown of the total project costs, broken down by each task appearing in the proposed SOW. The total cost of each major cost element and the make-up of those costs should be presented in the offeror's proposal. Sufficient information should be provided in supporting documents to allow the government to evaluate the reasonableness of these proposed costs, including salaries, overhead, material purchases, fair market rental value of leased items and the method used for making such evaluations. Section 2 - Cost Sharing and In-kind contributions will include (1) the sources of cash and amounts; (2) the specific in-kind contributions, their value in monetary terms, and the methodology used to derive their values. Proposals should contain sufficient information regarding the sources of cost share so that a determination regarding availability, timeliness, and control of the resources may be made by the government. EVALUATION CRITERIA/EVALUATION AND FUNDING PROCESSES: The selection for contract award will be based on detailed technical review by designated Government representatives of all proposals submitted in response to this BAA. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. DLA's intent is to review proposals as soon as possible after they arrive; however, proposals may be reviewed periodically for administrative reasons. For evaluation purposes, a proposal is the two-volume document (technical and cost) described in PROPOSAL FORMAT (see below). Other supporting or background materials submitted with the proposals will be considered for the reviewer's convenience only and not considered as part of the proposal. Evaluation of proposals will be accomplished through a detailed review of each proposal using the following criteria, which are listed in descending order of relative importance: (1) Overall scientific and technical merit: the overall scientific and technical merit must be clearly identifiable. The technical concept must be clearly defined and developed. Emphasis must be placed on the technical value and soundness of the development and experimentation approach, as well as on the metrics to be employed to assess progress and achievement of the objective. The overall scientific and technical merit must be clearly identifiable. Roles of team members must be clearly described. (2) Offeror's past performance, capabilities, and related experience: the technical proposal must provide evidence of previous technical expertise, experience and implementation of the proposed approach; (3) Potential contribution and relevance to DLA's mission: The offeror must clearly address how the proposed effort will be the goals of PRO-ACT. The offeror must clearly state the problem to be solved, address how solving that problem will satisfy an existing DLA need, describe what the benefits to DLA will be from the new problem solution and/or capability, and discuss how successful results will be implemented or transferred. Relevance to DLA is further indicated by the offeror?s understanding of the operating environment in which the new solution/capability will be implemented. (4) Cost realism, including the extent (total or proportion) of cost share. The overall estimated cost to accomplish the effort should be clearly shown as well as the substantiation of costs (rates for the proposed categories) for the technical complexity described. Evaluation will consider the value to the Government of the research and the extent to which the proposed technical plan will effectively allocate resources to achieve the capabilities proposed. GENERAL INFORMATION To be eligible for award, all prospective offerors must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems, ability to comply with performance schedules, prior record of past performance, integrity, organization structure, experience, operational controls, technical skills, facilities and equipment. For additional information and guidance concerning qualifications and standards for responsibility of prospective contractors, please refer to Part 9 of the Federal Acquisition Regulation (FAR). 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 availability and merits of the proposal. The Government reserves the right to select for award all, some, or none of the proposals received. Due to the commercial market profit potential, some level of cost sharing is required, and proposals identified for funding will result in a cost share contract. Profit/fee is not applicable under cost share contracts. Proposals based on a type of contract other than that contemplated will NOT be considered.
 
Record
SN00725739-W 20041225/041223211722 (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.