SOLICITATION NOTICE
A -- Environmental Security Technology Certification Program (ESTCP)
- Notice Date
- 1/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- BAA-07-0003
- Response Due
- 3/15/2007
- Archive Date
- 5/14/2007
- Small Business Set-Aside
- N/A
- Description
- The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense (DoD) demonstration and validation program for environmental technologies. The ESTCP Office is interested in receiving pre-proposals for innovative environmental technology demonstrations that address DoD requirements. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2). Proposers should state in their pre-proposal that it is submitted in response to this BAA. Readers should note that this is an announcement to declare ESTCP's int ent to competitively fund demonstration and validation projects as described in the ESTCP Program Announcement. The Program Announcement can be found on the ESTCP Home Page accessible at www.estcp.org/. No request for proposals (RFP), solicitation, or othe r announcement of this opportunity will be made. Awards will take the form of contracts. Before preparing a pre-proposal, potential proposers should read the information provided in the ESTCP Program Announcement at www.estcp.org/opportunities for details regarding the program's objectives, proposal submission requirements, deadlines, and the evaluation of proposals. ESTCP is seeking proposals for environmental technologies in the following topics only: 1) Military Munitions Detection, Discrimination, and R emediation; 2) Sustaining Natural Resources on Training and Testing Lands; 3) Remediation of Contaminated Groundwater; 4) Remediation of Contaminated Sediments; and 5) Energy Efficiency and Renewable Energy for DoD Installations. ESTCP is seeking these pro posals as candidates for funding beginning in Fiscal Year (FY) 2008. Awardees under this BAA will be selected through a two-stage review process. To be eligible for consideration, readers wishing to respond to this announcement must submit a pre-proposal, including a signed original cover page and proposal, five (5) hard co pies, and an electronic copy in the form of one PDF file on a CD, referencing this BAA, to: Ms. Jina Saunders, ESTCP Program Office, 901 North Stuart Street, Suite 303, Arlington, VA 22203-1821 (703-696-2127). Pre-proposals must be received no later than 4 :00 PM EST on Thursday, March 15, 2007. It is strongly recommended that pre-proposals be sent via overnight carrier or certified mail to document and ensure receipt. Pre-proposals sent via fax or electronic mail will be rejected. Pre-proposals should be no longer than five pages, not including the cover page, single-sided, and a font no smaller than 11 point. All margins (top, bottom, left and right) should not be less than 1 inch. One attachment of up to three single-sided pages of test data may also be su bmitted. The cover page must be completed and entered via the web site at https://sems.serdp-estcp.org in the format specified in the Instructions. The pre-proposal must concisely describe what technology the proposer has to offer ESTCP, including its leve l of development or maturity, and its cost/benefit. The pre-proposal should use the following format (also described in the ESTCP Program Announcement) and contain the following information: 1. Short Descriptive Title; 2. ESTCP Topic Area (Select One): 1) Military Munitions Detection, Discrimination, and Remediation; 2) Sustaining Natural Resources on Training and Testing Lands; 3) Remediation of Contaminated Groundwater; 4) Remediation of Contaminated Sediments; and 5) Energy Efficiency and Renewable Ener gy for DoD Installations; 3. Lead Organization: Company name, address, and project lead, phone number, fax number, and e-mail address. 4. Problem statement: The specific problem the proposed technology addresses; 5. Technology Description: Describe the tec hnology that is being proposed and the technical objective of the specific demonstration. The project description should include the following information: (a) technical description and justification of proposed technology demonstration, including a descri ption of ho w the technology is innovative; (b) evidence the technology is mature enough for demonstration (include references); and (c) potential issues of concern and technical risks in taking the technology from the lab to field testing. Any limitations of the tech nology for different sites should be explicitly described; 6. DoD Benefit: Quantitatively describe expected benefits in terms of reduced cost and risk. Assess cost/benefit per site (in terms of cost per area or volume treated) or application. Provide reali stic cost/benefit estimates over existing technologies and approaches. Provide a basis for the expected benefit; 7. Schedule: Provide an expected schedule for the project. Explicitly describe any development, design, or treatability work required prior to actual field demonstration; 8. Transition Plan: Describe the method by which the technology will be transitioned to end user(s) or commercialized. 9. Funding: Provide an estimate for the level of funding required, including any development, design, or trea tability work. Whereas identification of a specific demonstration site is not required for pre-proposals, include an estimate for the cost for a representative field demonstration of the technology; 10. Performers: List all institutional performers involve d in the proposed demonstration and their expected contributions. List the name and organization of the lead person(s) for each organization involved. Provide as an attachment a one-page curriculum vitae for each of the principal performers (not included i n the five page pre-proposal count). The pre-proposal review step allows interested organizations to get initial Government feedback on their technologies without incurring the expense of a full proposal. The following evaluation factors will be the sole basis for reviewing the pre-proposal p ursuant to this solicitation. Relevance and readiness for demonstration/validation are pass/fail gates. Proposals not passing the relevance and readiness gates will not be evaluated any further. Among the evaluation factors, Technical Merit is most importa nt, followed by Cost/Benefit, Transition Potential, and Cost. More detailed descriptions are available under the Evaluation Factors section of the Proposal Instructions in the ESTCP Program Announcement at www.estcp.org/opportunities. A request for submiss ion of a full proposal does not indicate a decision has been made to make an award for that work. Based upon the pre-proposal evaluation by the Government, each of the pre-proposal submitters will be notified as to whether the Government encourages the submission of a full proposal. Instructions for preparing a full proposal will be provided at the tim e of notification. Based on evaluation of the written full proposal, each proposal submitter will be notified as to whether the Government wishes to enter into negotiation for the award of a contract. Offerors are advised that only the Contracting Officer is legally authorized to commit the Government. Furthermore, ESTCP reserves the right to select for award any, all, part, or none of the proposals received. There is no commitment by ESTCP to make any contract awards, nor to be responsible for any money ex pended by the offeror before contract award is made for a demonstration. Multiple awards may be made to address a particular topic area. It is expected that awards will result totaling approximately $1.0 million of work. For awards to be made as contracts, evaluation shall include the extent of commitment in providing meaningful subcontracting opportunities for small business, HUD Zone small business, small disadvantaged business, woman owned small business concerns, histo rically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code is 541710 with the small business size standard of 500 employees. In addition, contract proposals that exceed $500,000 submit ted by all but small business concerns must be accompanied by a Small, Small Disadvantaged and Woman-Owned, Small Business Subcontracting Plan in accordance with FAR 52.219-9. Procedural questions may be referred to Ms. Jina Saunders, ESTCP, at 703-696-2127. For contractual information, please contact Ms. Alandra Jones at the Humphreys Engineering Center Support Activity (HECSA) 703-428-6551; e-mail: Alandra.R.Jones@usace.army.mil. The subcontracting plan point of contact is Ms. Kimberli Gray, HECSA, 703-428-7385. For technical information regarding this announcement, contact the individual listed within the topic area descriptions.
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
- Zip Code: 22315-3860
- Country: US
- Zip Code: 22315-3860
- Record
- SN01205303-W 20070106/070104220727 (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 |