MODIFICATION
A -- W909MY-07-R-0016, Amendment 0002, Inclusion of Topic 4: 1KWE, JP-8 OR DF-2 FUELED, EXTERNAL COMBUSTION POWER SOURCE DEMONSTRATOR
- Notice Date
- 10/16/2007
- Notice Type
- Modification
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-07-R-0016
- Response Due
- 9/30/2010
- Archive Date
- 11/29/2010
- Point of Contact
- Patricia Davis, 703-325-1713
- E-Mail Address
-
Email your questions to US Army C-E LCMC, Acquisition Center - Washington
(pat.davis@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army CECOM - Life Cycle Management Command (CECOM LCMC), Acquisition Center Washington announces Amendment 0002 to Broad Agency Announcement (BAA) W909MY-07-C-0016, sponsored by the U. S. Army Communications-Electronics Command Research, Devel opment and Engineering Center (CERDEC) Army Power Division, valid for Fiscal Years 2008-2010, unless sooner terminated. This amendment is issued to include a forth topic under the BAA as follows: Topic 4: 1KWE, JP-8 OR DF-2 FUELED, EXTERNAL COMBUSTION POWER SOURCE DEMONSTRATOR. A 1kWe, JP-8 or DF-2 fueled, external combustion power source demonstrator is sought for various tactical applications to include platoon-level battery charging missions. Objective power density is 50W/kg. On-board fuel storag e is not required; however demonstrator shall be capable of operation using a 5 gallon Jerry can. However, a means for priming and pumping fuel from the Jerry can shall be provided on-board the demonstrator. Required demonstrator noise metric is 69 dB(A) @ 7m or less. An estimated operational life of 1000 hours is desired. The proposed prime mover should provide continuous rated power output in all tactical environments as described in AR70-38 (basic climatic design type). Proposals should not exceed $ 700,000. POC: Selma Matthews, 703-704-3377, selma.matthews@armypower.army.mil or Mary Ellen Roth, 703-704-0616, Maryellen.roth@us.army.mil. Topics 1-3 of the basic BAA remain unchanged as a result of this amendment. The complete BAA is available at the C-E LCMC Interactive Business Opportunities Page (IBOP), https://abop.monmouth.army.mil/. It is necessary for all potential offerors to access the IBOP to read the complete BAA, submission procedures, evaluation criteria and to submit whitepapers and prop osals. In order to access the BAA and submit a proposal a contractor must first be registered on the IBOP. A CAGE Code and DUNS number are required to complete registration for proposal submissions. A contractor employee who is authorized to bind the c ontractor must complete the registration. The process could take several days to finalize the registration and contractors are encouraged to register as soon as possible. This BAA is issued under provisions of paragraph 6.102(d)(2) and paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for competitive selection of research and development proposals submitted in response to this announcement. Accordingly, proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, The Competition in Contracting Act of 1984. Prospective offerors should note that this BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation c osts generated in response to this announcement. The cost of proposal preparation for response to a BAA is not considered an allowable direct charge to any resultant contract or any other contract. However, it may be an allowable expense to the normal bi d and proposal indirect cost specified in FAR 31.205-18. No contract award will be made unless appropriated funds are available for payment for the effort being acquired. Potential offerors are reminded that only a duly warranted contracting officer may obligate the government to an agreement involving the expenditure of Government funds. Any resultant contract award would include all clauses required by Federal Acquisition Regulations and appropriate supplements. This BAA is intended for the developmen t of research efforts in support of the RDEC Army Power Division. Specific information on program goals is provided in the following section, Program Description. In order for any proposals to be considered, the proposed effort MUST meet the definition o f basic or applied research and development found at FAR 35.001. This BAA is being evaluated using a two step process. Prospective offerors will first submit a white paper for evaluation. The purpose of the white paper is to preclude unwarranted effort and expense by potential offerors in preparing a full technical and cost proposal for efforts not considered responsive or for efforts deemed to have a low over all probability of obtaining support. Submission of White Papers is mandatory prior to submission of a full proposal. The selection of one or more proposals for award will be based on a peer and scientific evaluation of each offerors response (to include both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. White Papers/Proposals shall be submitted in electronic format via the IBOP. The IBOP submittal shall include an electronic signature by an individual having authority to enter into a contract. There will be no formal request for proposal or any further solicitation document issued in regard to this BAA. Therefore, interested parties should be alert for any amendments that may be published. Amendments to this BAA will be issued through the IBOP at https://abop.monmouth.army.mil. It is therefore recommended that Offerors join the specific mailing list under BAA W909MY-07-R-0016. Once registered on the solicitation specific mailing list a v endor will receive email notification of any updates relating to the BAA. Offerors may submit questions related to this BAA electronically using the Question format available in the Army IBOP BAA Power Technology solicitation folder. Questions of a techni cal nature may be address to the project lead, specified below, until such time as a white paper has been submitted. All questions of a contractual nature and all questions after white paper submission must be directed to the Contracting Office Point of C ontacts specified at the IBOP. ALL POTENTIAL OFFERORS SHOULD BE AWARE THAT DUE TO UNANTICIPATED BUDGET FLUCTUATIONS, FUNDING IN ANY OR ALL AREAS CAN CHANGE WITH LITTLE OR NO NOTICE. The C-E LCMC Acquisition Center Washington points of contact are Mr. S abin Joseph, Contract Specialist, telephone number 703-325-6805, email: sabin.joseph@us.army.mil and Ms. Patricia Davis, Contracting Officer, telephone number 703-325-1713, email: pat.davis@us.army.mil.
- Place of Performance
- Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01435068-W 20071018/071016223657 (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 |