Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

A -- BAA06-12 - Sustained Littoral Presence (SLP) Program

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA06-12
 
Response Due
11/28/2006
 
Archive Date
12/13/2006
 
Description
BROAD AGENCY ANNOUNCEMENT (BAA) 06-12 SUSTAINED LITTORAL PRESENCE (SLP) BAA CLOSING DATE: One year after the date of publication of this announcement in FedBizOpps.gov and FedGrants.gov; FULL PROPOSALS FOR INITIAL SELECTIONS DUE: 1200 noon EST on 16 January 2006. POC: Dr. Edward Carapezza, DARPA/ATO, 3701 Fairfax Drive, Arlington VA 22203-1714; Email: BAA06-12@darpa.mil; Web: http://www.darpa.mil/ato/solicit/SLP/index.htm. PROGRAM OBJECTIVES AND DESCRIPTION: The Defense Advanced Research Projects Agency (DARPA) Advanced Technology Office (ATO) is soliciting proposals under this BAA for the performance of research, development, design, and demonstration to support the Sustained Littoral Presence Program. The SLP program objectives are: (1) to develop sustainable, microbial fuel cells (bottom mounted and in the water column) to generate continuous, unattended power for greater than 10 years in both ocean and fresh water regions and (2) to develop unique mobile surveillance systems that utilize these novel microbial power plants and operate with a high degree of autonomy, stealth, and weather tolerance with minimum cost and manpower risk. These SLP objectives will be achieved through the development of enabling technologies and the integration of said technologies into systems via a phased, multiyear program. Pursuant to the program objectives, this BAA solicits both system and technology proposals that include (but are not limited to) the following technology areas: instruments to identify and determine concentrations of microbial species in real time and in situ in marine sediments and adjacent waters; instruments to identify and determine concentrations of chemical reactants and reductants in real time and in situ in marine sediments and adjacent waters; instruments to characterize environmental processes and related parameters in real time and in situ in marine sediments and adjacent waters (temperature, salinity, pressure); models and simulations to represent the parameter space and processes required to produce reliable power from microbial fuel cells in laboratories and in situ in coastal waters; fuel cell components (electrode materials, surfaces, and coatings); fuel cell power monitoring, conditioning, processing, and storage; location and characterization of plankton type and concentration in water column; plankton filtering in water; extraction of oxygen and methane gases from ocean and fresh water; microbial conversion of methane gas to liquid methanol, in situ in marine environments; microbial conversion of methane gas to hydrogen, in situ in marine environments; bottom mounted microbial fuel cell systems; water column microbial fuel cell systems; amphibious vehicles with integral microbial fuel cell systems; and water column vehicles with integral microbial fuel cell systems. This BAA affords offerors the choice of submitting proposals for the award of a Procurement Contract, Grant, Cooperative Agreement, Technology Investment Agreement, or Other Transaction for Prototype Agreement. The type of procurement or assistance vehicle is subject to negotiation. Proposers choosing to respond to this BAA will be evaluated against the following criteria, in descending order of importance: 1) Technical approach, 2) Management approach, 3) Potential contribution and relevance to the DARPA mission, 4) Relevant experience in developing military systems, and 5) Cost reasonableness and realism. Since no common work statement exists, each proposal will be evaluated on its own merit as it relates to the program, rather than against other proposals for research in the same general area. This BAA shall remain open through one year after the date of publication of this announcement in FedBizOpps.gov and FedGrants.gov. Although the Government may receive responses at any time during this period, it is anticipated that the majority of funding for this program will be committed during the initial selections. In order to be considered for initial selections, full proposals must be received by the Government no later than 1200 noon on 16 January 2006. The Government intends to issue awards based on the optimum combination of proposals that offers the best overall value to the Government. One or more technology areas may receive no funding. The Government reserves the right to award without discussion. Also the Government reserves the right to select for award some portion(s) of the proposals received in response to this BAA. In that event, the Government may select for negotiation all, or portions, of a given proposal. The Government may incrementally fund any award issued under this BAA. The Government encourages responses to this BAA by non-traditional defense contractors, nonprofit organizations, educational institutions, small businesses, small disadvantaged business concerns, Historically-Black Colleges and Universities (HBCU), Minority Institutions (MI), large businesses and Government laboratories. Teaming arrangements between and among these groups are encouraged. However, no portion of this BAA will be set aside for organizations of a specific business classification due to the impracticality of preserving discrete or severable areas of research in the technologies sought. Government/National laboratory proposals may be subject to applicable direct competition limitations, though certain Federally Funded Research and Development Centers are excepted per PL 103-337 ? 217 and PL 105-261 ? 3136. Any responsible and otherwise qualified offeror is encouraged to respond. For additional information on the SLP program, reference the associated Proposer Information Pamphlet (PIP). NOTE: DO NOT CONTACT THE CONTRACTING OFFICER IDENTIFIED BELOW WITH RESPECT TO THIS ANNOUNCEMENT. ALL QUESTIONS SHOULD BE SENT TO BAA06-12@darpa.mil.
 
Record
SN00941624-W 20051201/051130090715 (fbodaily.com)
 
Source
FedBizOpps 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.