SOLICITATION NOTICE
A -- Combat Ration Network for Technology Implementation (CORANET)
- Notice Date
- 7/8/2005
- 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
- BAA01-0004R
- Response Due
- 8/23/2005
- Archive Date
- 9/7/2005
- Point of Contact
- Assunta Bonanno, Contracting Officer, Phone 215-737-7339, Fax 215-737-7942, - Robert Zarrilli, Contracting Officer, Phone 215-737-5844, Fax 215-737-7942,
- E-Mail Address
-
assunta.bonanno@dla.mil, Robert.Zarrilli@dla.mil
- 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—Combat Ration Network for Technology Implementation II (CORANET II) SOL: BAA 01-0004(R) DUE: August 23, 2005 POC: Sue Bonanno/215-737-7339 DESC: Combat Ration Network for Technology Implementation (CORANET) BAA# 01-0004(R) Point of Contact (POC): Sue Bonanno, Phone: 215-737-7339; FAX: 215-737-7942; Email: assunta.bonanno@dla.mil The Defense Logistics Agency (DLA)/Defense Supply Center Philadelphia (DSCP) is seeking additional interested parties to expand the current partner base within a program known as CORANET II (herein referred to as CORANET) to actively participate in scheduled workshops, meetings, and short-term collaborative projects, for the purpose of arriving at scientific and technical solutions to improving the efficiency of the combat ration industry and its manufacturing supply chain. The Defense Logistics Agency Combat Ration Network (CORANET) II program was established in 2001 to promote manufacturing improvements in the ration industry with the goal of maximizing capability and capacity to produce along with encouragement of modernization needed to leverage the latest technologies. The period of performance for new awardees will be approximately 3 years consisting of one (1) base year and two (2) one- year options. Current academic and industrial partners are contributing immensely to the goals of CORANET and are considered extremely important to the continued success of the program. However, recent changes in the mix of combat rations and revisions in the Military Service Requirements for applied research as well as the availability of new technologies point the need for new technical skill sets. Therefore, the Government is looking for industry and academic institutions that have expertise such as, but not limited to, packaging material, full fielding of pocket sandwiches, advanced dehydration technologies, baked products, flameless ration heaters, institutional size pouches (see below for a more extensive explanation). Interested parties are required to submit a proposal consistent with the factors identified in the proposal evaluation criteria section of this BAA. The purpose of the proposal is to evaluate an offeror’s qualifications to become a CORANET partner. Proposals shall be no longer than fifteen (15) pages. The CORANET program is currently a $2.0 M per year DLA R&D effort focused on improving DLA’s ability to meet operational ration requirements, now and in the future. The primary objective of the program is for CORANET partners to initiate and complete short-term projects that develop and adapt modern manufacturing processes to be implemented within the industrial base to assure the prompt and sustained availability, variety, quality and affordability of combat rations. Subject to availability of funds, a total Government investment of about $2 million per year is planned during Fiscal Years 2006-2008. This investment is distributed for the funding of current and future partnership contracts, one existing demonstration site and future short-term projects (STPS). New partners chosen to participate will receive an estimated amount of $15,000 per calendar year to actively participate and attend CORANET workshops and other Government sponsored meetings. Interested parties can visit the CORANET website at www.coranet2.org to obtain more information about the current program. Proposers must submit of an original and eight (8) hard copies of full proposals (as well as an electronic file) and refer to BAA# 01-0004(R) by 3:00 PM, local Philadelphia time on August 23, 2005, to DSCP-Business Opportunities Office, Bldg 36, 2nd floor, 700 Robbins Avenue, Philadelphia, PA 1911 in order to be considered. 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 all, some, or none of the proposals received. 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 and minority institutions 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 and the North American Industry Classification System (NAICS) is 541710, Research and Development in the Physical, Engineering and Life Sciences. All correspondence and questions on this solicitation, including request for information on how to submit a proposal to this BAA, should be directed to the POC at the top of the BAA; e-mail or fax is preferred. Proposals may NOT be submitted by fax or e-mail; any so sent will be disregarded. It is the Government’s intention to award “partner” contracts based upon proposals that demonstrate knowledge, experience, and expertise in the technical areas of interest identified below. The partner proposal must demonstrate an understanding in one or more of those technical areas of interest, or an area directly related to but not listed. Proposals must provide information on past performance, which reflects related efforts and/or achievements, technological aptitude, management support, and potential contribution and relevance to DLA’s mission. The investigative areas below represent technology thrusts being led by academic and industrial firms that are under-represented in CORANET at this time. A. The Services continue to have interest in innovative packaging technologies that could potentially permit transition to non-foil pouch materials, which would be less expensive and have improved barrier protection, with a potential for active packaging, including oxygen scavenging. Both industrial participation of a packaging material supplier and an academic center of packaging expertise to complement the inherent packaging capabilities of the Natick Soldier Center are desired. B. Full fielding of pocket sandwiches is delayed because of production challenges related to production of an acceptable product that can withstand military shelf-life requirements. C. Industrial partners with expertise in advanced dehydration technologies are needed to further exploit this and related technologies because Army group rations are making increased use of high quality dehydrated eggs for example, in lieu of retort items D. Baked products in combat rations have problems meeting shelf life demands, while maintaining quality. Universities having on-going research on the science of baked products, particularly under long-term storage conditions, are needed for extensive studies on refinements to reduction of water activity (Aw) in order to provide for a long-term shelf-stable baked product. An additional new thrust to remove trans fatty acids from baked goods also requires additional expertise in baking sciences E. Flameless Ration Heaters (FRHs) were a big step forward for the Services in making it possible to heat Meal, Ready-to-Eat entrees at the foxhole. New partners are needed who have the chemical know-how to develop non-hydrogen emitting heating technologies which would more efficiently heat combat rations while concurrently reducing or eliminating environmental concerns without increasing weight, volume or cost of the rations. F. As the Services transition towards adoption of the Institutional Sized Pouch (ISP) as a shelf-stable, group field feeding option, academic institutions and film manufacturers and producers are needed who are involved in applied research or optimization of manufacturing processes for the ISP. Award of a contract will result in becoming a partner in the CORANET program, which involves both the active participation in Government sponsored workshops and the requirement to directly submit or become actively involved in a collaborative STP(s). Each organization participating in the performance of this program is a partner in the CORANET. The collection of all these partners is known as the CORANET. Each partner is required to bring specific technical expertise that lends itself to significant improvements of the combat ration industry’s ability to meet DLA combat ration needs. The focus of CORANET is for all partners to actively and continuously assist DLA in improving its ability to meet/exceed a varying range of military requirements through research, development and technology transfer efforts as they apply to the combat ration and related industries. All CORANET research and development efforts are expected to improve process capabilities by identifying targets for product, automation and business operations changes, and implementing solutions, with the final goal being shorter lead times, higher throughput, reduced inventory and overhead costs, and improved quality. Unification of production methods for military and civilian products (dual use equipment and procedures) that improve producer flexibility to also satisfy civilian markets is especially important. Proposed research and development should investigate innovative approaches that enable significant advances in manufacturing technology, devices or systems and then describe a path for implementation in the plants of ration producers. COMBAT RATION NETWORK FOR TECHNOLOGY IMPLEMENTATION (CORANET) This call for proposals is for the expansion of the current Combat Ration Network for Technology Implementation (CORANET) partnership base. The CORANET consists of a group of individual organizations participating in the program, each of which is a partner in the CORANET. The network of organizations includes, but is not limited to, universities, ration manufacturers, equipment manufacturers, equipment suppliers, material suppliers, and software developers. Combat Ration Network for Technology Implementation (CORANET) partnerships Each potential CORANET partner is required to bring a specific technical expertise to advance the state of the art of manufacturing technology and to facilitate its implementation into the combat ration manufacturers that support the Military Services. Primary consideration in the selection of a CORANET partner will be the relevancy of the offeror’s past and present related experience and technical expertise as it relates to potential for significantly improving the packaged food industry’s ability to meet DLA requirements. Each year the CORANET partners will be required to attend Government sponsored workshops for the purpose of participating in the CORANET process of planning technical strategy, identifying, developing and performing STPs, and reporting to the management team of the CORANET (known as the Joint Steering Group (JSG). Each partner will be reimbursed for their attendance at these workshops and other related CORANET meetings. Allowable and allocable reimbursable costs will include airfare, direct labor, car rentals/taxis/shuttles and a per diem for food and incidentals in accordance with the Federal Travel Regulations. As part of the contract performance requirements, partners will be required to submit research ideas for implementation of short-term projects (STP). Partners may work together on one STP, or they may coordinate their efforts on individual STPs. A short-term project is defined as a collaborative applied research and development effort aimed at improving specific elements of the combat ration production cycle with a clear technological application and implementation process. An informational outlined of the format of an STP is provided below. The duration of a typical STP is under 24 months. Prior to initiating performance of STPs, all research ideas/proposals, which may be submitted by any academic or industrial partner, may be presented at a Government sponsored workshop for review and approval by the JSG whose members are from various government organizations. The JSG is chartered by the DLA Program Manager and is established to assist in the management of the program. The JSG members provide expertise in related technical areas, help to select and prioritize candidate short-term projects and monitor the progress of those projects. In response to the research idea presented, and at the Government’s discretion, a funded delivery order or modification may be awarded against the CORANET partner contract for the execution of the STP with emphasis on implementation of results. Partners who are conducting STPs will be required to submit monthly progress reports, quarterly reports and a final technical report. The statement of work and/or partner technical proposal which results in a contractual document will specify requirements, including Contract Data Requirements and any other deliverables. THE FOLLOWING FORMAT (PARAGRAPH 1 THROUGH 6) IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY, AND OUTLINES A POTENTIAL PARTNER’S MINIMAL RESPONSIBILITIES IN SUBMITTING RESEARCH IDEAS (STPs) THROUGHOUT THE LIFE CYCLE OF THIS PROGRAM. OFFERORS ARE NOT REQUIRED AT THIS TIME AND SHALL NOT SUBMIT A RESEARCH IDEA/STP IN RESPONSE TO THIS BAA. PLEASE REFER ONLY TO THE PROPOSAL EVALUATION CRITERIA SECTION WHEN SUBMITTING A PROPOSAL IN RESPONSE TO THIS BAA. (1) Degree to which proposed new and creative solutions to technical issues are important to the DSCP/DLA Combat Ration Industrial Base program and can be implemented in the supply chain. (see potential technical areas of interests identified above.) (2) Feasibility and the offeror's understanding of the technical objectives and proposed approach. (3) The offeror's ability to achieve and implement results with the proposed approach, as demonstrated by earlier specific contractor accomplishments in the technical fields involved, by availability of qualified personnel, and by appropriate facilities. Additionally, explain how the project will be managed, how results will be demonstrated, and how success will be measured. Address management organization, tools, controls, methodologies, milestone events and performance duration. Address using the FMTF site to demonstrate results, as a minimum requirement, or describe other suitable alternatives to establish a pathway for technology transfer. (4) The degree to which technical data and/or computer software will need to be developed under the proposed contract, necessary to monitor and control new process devices and equipment. (All technical data and/or computer software developed under the proposed contract are to be delivered to the Government with unrestricted rights.) Address technical methodologies and technology transfer mechanisms that will be utilized to solve the problem, the realism of the timetable and risks (time, cost, risk of failure) associated with the approach. In the technical proposal of your program identify the portions that you intend to perform in house and the portions that you intend to subcontract, if any. (5) Proposed estimated cost and duration. Costs of actual STPs will be viewed not only in relation to the prospective value of the proposal, but also to the availability and level of Government funding for the CORANET program, as well as to the reasonableness of the proposed costs. (If the submitted proposal’s dollar value is estimated to be over $500,000, large business concerns are required to submit a Small Business/Small Disadvantaged Business Subcontracting Plan.) (6) Inclusion of tangible or intangible cost/benefits for the proposed effort. PROPOSAL EVALUATION CRITERIA This section identifies the evaluation criteria for submission of a proposal as a CORANET partner. Offerors should submit a proposal consistent with the criteria identified below under Proposal Evaluation for CORANET Partnership. THIS BAA DOES NOT REQUIRE THE SUBMSSION OF A SHORT TERM PROJECT. The selection of one or more sources for contract award will be based on a 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. The major purpose of the evaluation will be to determine relevancy of the offeror’s past history, relative technical merit, management approach, and the probability of implementing results for the benefit of DLA. The Government will evaluate all proposals in accordance with the following criteria set forth below. It is the Government’s intent to award approximately six (6) to ten (10) new CORANET partners, among industry and academia. The Government may award fewer than 6 or more than 10 depending upon the number of proposals received and determined to be beneficial to the Government. The actual number of contract awards will be commensurate with all evaluation results, consideration of those respondents which provide the most promising and beneficial proposals within the technical areas of consideration and as funding will permit. PROPOSAL EVALUATION FOR CORANET PARTNERSHIP 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) PAST PERFORMANCE AND SCIENTIFIC/TECHNICAL EXPERIENCE (2) RELATED EQUIPMENT AND FACILITIES (3) ORGANIZATIONAL AND PROJECT MANAGEMENT (1) PAST PERFORMANCE AND SCIENTIFIC/TECHNICAL EXPERIENCE: Offerors must provide information pertaining to prior significant and related work experience, or expertise in any of the listed areas of interest and how that expertise will be beneficial to this program. Offerors shall describe their track record in dealing with the combat ration industry (manufacturers, suppliers, government agencies, etc.) or other similarly complex integrated food research, development and acquisition activity. Offerors must provide the five largest accounts/ contracts within the last three years for which they have provided services and/or supplies of a nature consistent with this program and the needs of the combat rations industry. Offerors shall include at least (2) points of contact and a telephone number for each account/contract, a description of the service or supply which was provided as well as a brief performance history on each of those accounts/contracts. Where related work was performed with teaming partners, provide points of contact of teaming members to include company name, individuals and phone numbers. If no past performance related to the combat ration industry is available, offerors shall describe their track record in dealing with their comparable major customers and shall include similar supplemental information to that requested above for the combat ration industry. (2) RELATED EQUIPMENT AND FACILITIES: Offerors must include a summary of all equipment and facilities (e.g., food processing, packaging, quality assurance, testing, modeling/simulation) which may contribute to the capabilities of the CORANET should the offeror be selected as a partner. (3) ORGANIZATIONAL AND PROGRAM MANAGEMENT: Offerors must provide evidence of how the contract will be managed and that its organizational structure will ensure performance stability and reliable customer service and commitment to DLA and CORANET for the duration of the contract performance period. Specifically, offerors must address those positions that would directly impact on contract performance and customer support, by naming key personnel to be made available during the contract and describing the duties of said key personnel. Offerors shall also identify a project coordinator that will be permanently assigned to the contract, and include the detailed qualifications of that project coordinator. Offerors must address how this management structure will relate to the future submission and performance of STPs. Offerors should provide a direct labor charge for that individual(s) who is expected to be the primary representative to attend meetings, workshops or other related CORANET functions. In summary, an offeror’s proposal must clearly address how its core competency will result in its success as a CORANET partner and in advancing the primary objective of the CORANET program, which targets reduced costs, improved performance/quality/Total Asset Visibility, expedited delivery and increased throughput. The relevance of the offeror's core competency and capability must demonstrate an understanding of the operational ration environment, including the level/depth of interaction with relevant Government agencies. General Information To be eligible for award of a contract, all prospective offerors, must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems under a cost type contract, 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). This program currently has a demonstration site available which may be utilized by all CORANET partners. Potential new partners can anticipate the use of the Food Manufacturing Technology Facility (FMTF) located in Piscataway, NJ for development and demonstration of the technology resulting from future efforts, and for maximum technology transfer. 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. Proposals may be considered for funding for a period of up to one year. The Government reserves the right to select for award all, some, or none of the proposals received. The Government contemplates award of cost reimbursement, cost type contract under this BAA. No profits will be considered. Proposals based on a type of contract other than that contemplated will NOT be considered. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DSCP-PB/BAA01-0004R/listing.html)
- Record
- SN00844010-F 20050710/050708211955 (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 |