Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2008 FBO #2246
MODIFICATION

A -- CORANET III

Notice Date
1/18/2008
 
Notice Type
Modification
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Defense Logistics Agency, Acquisition Management, DES Contracting Services Office Philadelphia, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
19111-5096
 
Solicitation Number
BAA020008
 
Response Due
3/5/2008
 
Archive Date
3/20/2008
 
Point of Contact
John Dormer, Contract Specialist, Phone 215-737-2284, Fax 215-737-7942, - Susan Napoli, Contract Specialist, Phone 215-737-2256, Fax 215-737-7942
 
E-Mail Address
John.Dormer@dla.mil, snapoli@dscp.dla.mil
 
Description
CORANET III - BAA General Information Document Type: Combine Solicitation Solicitation Number: BAA 02-0008 Posted Date: Archive Date: Original Response Date: Current Response Date: Classification Code: A -- Research & Development Set Asides: NAICS Code: 541712 -- Research and Development in the Physical, Engineering, and Life Sciences Contracting Office Address Defense Contracting Support Office Philadelphia, Defense Supply Center Philadelphia ? DCSO-P, 700 Robbins Avenue, Philadelphia, PA, 19111-5096 OFFADD: Defense Supply Center Philadelphia, Attn: DCSO-P, Bldg. 36-2, 700 Robbins Avenue, Philadelphia, PA 19111-5092 SUBJECT: A--COMBAT RATION NETWORK FOR TECHNOLOGY IMPLEMENTATION III (CORANET III) DESC: PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Supply Center Philadelphia, Attn: DCSO-P, Bldg. 36-2, 700 Robbins Avenue, Philadelphia, PA 19111-5092 SUBJECT: A-Combat Rations Network for Technology Implementation III (CORANET III) SOL: BAA 02-0008 DUE: March 5, 2008 POC: John Dormer/215-737-2284 DESC: Combat Ration Network for Technology Implementation III (CORANET III) BAA# 02-0008, DUE: March 5, 2008, Point of Contact (POC): John Dormer, Phone: 215-737-2284; FAX: 215-737-7942; Email: john.dormer@dla.mil 1. BACKGROUND The Defense Logistics Agency (DLA) and Defense Supply Center Philadelphia (DSCP) seek interested parties to become partners in the Combat Rations Network for Technology Implementation, CORANET III (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.. In FY 2006 the Defense Supply Center Philadelphia sold $3.9B in subsistence goods and services to the Department of Defense, making it DSCP?s largest supply chain. Sales in subsistence continue to grow, largely due to requirements for operations Iraqi Freedom and Enduring Freedom. The Combat Rations Network (CORANET) is a DOD Manufacturing Technology Program for technology implementation sponsored by the Defense Logistics Agency and the Defense Supply Center Philadelphia. CORANET was established in 1996 to develop and introduce modern manufacturing processes into the U.S. industrial base to assure timely availability of affordable, high quality, high variety combat rations to the warfighters. The scope of the CORANET program includes all of the manufacturing technologies related to the production, storage and distribution of combat rations. These rations include individual rations such as Meals, Ready to Eat (MREs) as well as unitized group rations. The goal of the CORANET program is to fulfill DSCP?s mission by improving the efficiency of the combat ration industry and its manufacturing supply chain. Subject to availability of funds, a total Government investment of about $2 million per year for 7 years is planned during Fiscal Years 2009-2015. This investment shall be for funding of Partner contracts and short-term projects (STPs). Interested parties can visit the CORANET website at www.coranet2.org to obtain more information about the current program. 2. GENERAL PROPOSAL SUBMISSION INFORMATION Proposers must submit an original and eight (8) hard copies of full proposals (as well as an electronic file) and refer to BAA# 02-0008 by 3:00 PM, local Philadelphia time on March 5, 2008, in DSCP-Business Opportunities Office, Bldg 36, 2nd floor, 700 Robbins Avenue, Philadelphia, PA 19111 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 shall 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 541712, 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. 3. PROGRAM INFORMATION CORANET is a ?community of practice? engaging academic and industrial research partners with the diverse collection of government agencies and programs that oversee and administer the development, production and distribution of military rations. All of the participants meet at regularly scheduled workshops. They work collaboratively to identify problems and needed improvements and to define solutions. Research solutions are demonstrated and implemented through short term projects conducted by a collaboration of academic and industry partners and overseen by the appropriate government representatives. CORANET STRUCTURE The CORANET program is made up of CORANET Partners who engage in short term research projects (STPs) under the oversight of the Joint Steering Group (JSG). Project development and review is performed at CORANET Workshops. PARTNERS DSCP contemplates awarding multiple partner contracts. The period of performance of the partner contract is expected to be 7 years with a 2-year base period and five 1-year option periods. New partners chosen to participate are eligible to receive an estimated amount of up to $20,000 per calendar year for authorized travel and related costs to attend and actively participate in CORANET workshops and other Government sponsored meetings. Selected partners shall have the option to receive or decline Partner funding, however all partners shall be required to attend CORANET sponsored meeting regardless of funding levels. Registration fees for CORANET workshop attendance are waived for the first two partners attending from each organization. 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 potential technical areas of expertise include, but are not limited to four principal areas: (1)Food science and technologies, including food chemistry, food microbiology, new product development , sensory and quality evaluation, process unit operation and GMP; (2) Material science and engineering including polymer science and engineering, material joining technologies, mechanical properties, permeabilities; (3) Sensors and database management including: inspection methods, on-line sensors, data interchange and database, asset visibility and tracking; (4) Operations including: production control, process flow and efficiency, supply chain interaction and management, computer aided design and operation, process automation. 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. JOINT STEERING GROUP The JSG oversees all CORANET activities. It is made up of government representatives from the Military Services, Defense Supply Center Philadelphia, Defense Logistics Agency, USDA, VETCOM, and the Natick Soldier Systems Center. WORKSHOPS AND MEETINGS The CORANET Partners and the JSG meet three times a year at workshops to review ongoing projects, identify new areas for CORANET investment, review proposed projects, review CORANET procedures and processes, keep abreast of new technologies, and understand DLA/DSCP and Service combat rations needs and requirements. Additional CORANET meetings may be scheduled as needed. SHORT TERM PROJECTS CORANET research is done through the award of short 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. Short term projects have an expected duration of 12-24 months and an average funding level of $100-150K per year. All STPs are required to have a business case, developed in advance to include specific metrics for success as well as ROI where applicable. To assure that 1) All CORANET STPs are fully documented; 2) All projects have the potential for implementation in industry; 3) That all projects address a specific DLA/DSCP/DOD need, a typical CORANET project shall have an academic partner, industrial partner and government sponsor. It is anticipated that projects will be awarded semi-annually in October and March. TECHNICAL AREAS OF INTEREST The technical areas of interest include but are not limited to: 1. Improved Manufacturing Operations a. New and innovative packaging materials, especially non-foil high barrier materials and others to reduce defects b. Improved package seal methods c. Automated packaging inspection systems d. Improved retort/processing/assembly operations e. Improved efficiency in production 2. Improved Production for Product Quality and Variety a. Manufacturability of new products b. Size (Weight/cube) reduction of packaged ration items or entire ration meal system while maintaining nutritional value and acceptance c. Adaptation of improved stabilization technologies for production of ethnic foods and other hard-to-do processed shelf-stable items for increasing diversity of products in individual and group rations d. Dual use products and other means of reducing unit costs of ration items 3. Improved Supply Chain Management a. Warehousing b. Distribution c. Tracking (RFID) d. Asset Visibility 4. Rapid Response Program a. Ad-hoc expert panels for problem solving and identification b. Rapid delivery-orders (6 months projects) 4. EVALUATION CRITERIA 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). 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. Proposals will not be evaluated against each other since they are not submitted in accordance with a common work statement. For evaluation purposes, a proposal is the two-volume document described in PROPOSAL FORMAT (see below). Other supporting or background materials submitted with the proposals shall be considered for the reviewer's convenience only and not considered as part of the proposal. Evaluation of proposals shall 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: ? the technical proposal must provide evidence of prior significant and related work experience ? describe 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 (2) RELATED EQUIPMENT AND FACILITIES ? 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 (3) ORGANIZATIONAL AND PROJECT MANAGEMENT ? evidence of how the contract will be managed and how the organizational structure will ensure performance stability and reliable customer service and commitment soundness of the technical concept ? identify key personnel ? how management structure relates to the future submission and performance of STPs 4) COST REALISM ? total proposed project amount relative to benefit ? Realism of total costs proposed 5. PROPOSAL FORMAT This BAA shall result in the award of multiple partner contracts. 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 shall be considered. Proposals based on a type of contract other than that contemplated shall NOT be considered. Offerers responding to this BAA are presenting their qualifications to become a partner. Proposals for specific Short Term Projects are not being entertained. A TECHNICAL PROPOSAL shall be submitted in response to this BAA. ? Technical proposals shall be submitted in the following format: 8 hard copies, 1 electronic copy. ? Technical proposals in response to this BAA shall be limited to thirty (30) pages including Appendices and Attachments. Additional pages shall not be considered in the evaluation. ? Type font shall be 12 point Arial. TECHNICAL PROPOSAL (1) Section I ? Cover Page: (1) BAA number; (2) Technical Topic; (3) Proposal Title; (4) Technical Point of Contact, including: name, telephone number, FAX number, e-mail address, and mailing address; (5) Administrative/Contracting Point of Contact, including: name, telephone number, FAX number, e-mail address, and mailing address; (6) Contractor's business type selected among the following categories: Large Business, Small Disadvantaged Business (SDB), Other Small Business, HBCU, MI, Other Educational, or Other Nonprofit. (2) Section II ? Evaluation of proposals shall be accomplished through a detailed review of each proposal using the following criteria listed in descending order of relative importance: (1) PAST PERFORMANCE AND SCIENTIFIC/TECHNICAL EXPERIENCE (2) RELATED EQUIPMENT AND FACILITIES (3) ORGANIZATIONAL AND PROJECT MANAGEMENT (4) COST REALISM (1) PAST PERFORMANCE AND SCIENTIFIC/TECHNICAL EXPERIENCE: Offerors shall provide information pertaining to prior significant and related work experience, or expertise in any of the listed areas of interest and how that expertise shall 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 shall provide the five largest accounts/contracts/projects 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 shall 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 shall provide evidence of how the contract shall be managed and that its organizational structure shall ensure performance stability and reliable customer service and commitment to DLA and CORANET for the duration of the contract performance period. Specifically, offerors shall identify key personnel in the following areas: Project coordinator permanently assigned to the contract; primary CORANET Partner representative to attend meetings workshops and related CORANET functions; other personnel with relevant qualifications and experience. Offerors shall address how this management structure shall relate to the future submission and performance of STPs. (4) COST REALISM: The cost proposal will include the total cost of each major cost element and the make-up of those costs and should be presented in the offeror's proposal. Detailed breakdown of costs by cost category by offeror?s calendar/fiscal year: Direct Labor ? Individual labor categories or person with associated labor hours and unburdened direct labor rates Indirect Costs ? Fringe benefit, Overhead, G&A, Cost of Money, etc. (must show base amount and rate) Sufficient information should be provided in supporting documents to evaluate the reasonableness and realism of these proposed costs. In summary, an offeror?s proposal shall clearly address how its core competency shall result in its success as a CORANET partner and in advancing the primary objective of the CORANET program. The relevance of the offeror's core competency and capability shall demonstrate an understanding of the operational ration environment, including the level/depth of interaction with relevant Government agencies. 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. 6. PREPROPOSAL CONFERENCE A preproposal conference will be held on 6 February 2008 at 10:00 a.m. EST at the Philadelphia Sheraton Hotel. Anyone interested in participating should contact . A pre-proposal conference is scheduled on February 6, 2008 at the Sheraton Suites Philadelphia Airport , 4101 B Island Avenue, Philadelphia, Pennsylvania 19153 Phone: (215) 365-6600 Fax: (215) 492-8471 starting at 10:00 AM EST. The conference will explain and clarify the objectives of this program and the solicitation requirements, and respond to general questions raised by prospective offerors. Interested firms are encouraged to attend. If you plan to attend the pre-proposal conference, please send email to John Dormer at john.dormer@dla.mil with the following information for all who plan to attend: (1) Name of Firm (2) Name(s) and Title of Representative(s) who will attend (3) Address of Firm (4) Phone number(s), Fax number(s) and E-mail address(es) Prospective offerors are requested to submit questions in writing prior to February 4, 2008 to allow for inclusion and discussion during the pre-proposal conference. Questions will be considered at any time prior to or during the conference. Responses to some questions may be incorporated in an amendment to the solicitation. The Government will not be liable for expenses incurred by an offeror prior to contract award. Offerors are cautioned that remarks and explanations provided at the conference shall not change the terms of this BAA unless amended in writing. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2008); 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.fbo.gov/spg/DLA/J3/DSCP-PB/BAA020008/listing.html)
 
Place of Performance
Address: Contractor's facility
Zip Code: 19111
Country: UNITED STATES
 
Record
SN01489130-F 20080120/080118231349 (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.