Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
MODIFICATION

A -- Broad Agency Announcement for Innovative Technologies and Methodologies for Reducing Various Environmental Problems

Notice Date
10/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF Center for Engineering and the Enviroment, HQ AFCEE/AC 3300 Sidney Brooks, Brooks City-Base, TX, 78235-5112, UNITED STATES
 
ZIP Code
78235-5112
 
Solicitation Number
AFCEEBAA-08-001
 
Point of Contact
MaryJo Boldt, Phone: 210-536-4505
 
E-Mail Address
maryjo.boldt@brooks.af.mil
(maryjo.boldt@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS BAA ANNOUNCEMENT IS MODIFIED TO REFLECT THE NEXT RESPONSE DATE FOR PHASE I SUBMITTALS. PHASE I SUBMITTALS ARE DUE NO LATER THAN 4:00 PM CST, 1 DECEMBER 2009. THE PROCESS IS THE SAME AS ORIGANLLY STATED IN THE MARCH 27, 2008 ANNOUNCEMENT. A TECHNICAL POINT OF CONTACT IS PROVIDED, MS ERICA BECVAR, AFCEE/TDV, 210-536-4314, e-mail erica.becvar@brooks.af.mil. This announcement constitutes a Broad Agency Announcement (BAA) for the Air Force Center for Engineering and the Environment (AFCEE), Restoration Branch, Technology Transfer Office (TDV) under FAR 6.102(d)(2). This announcement is open for one year and will be advertised annually. This announcement seeks out technologies and methodologies to reduce environmental impacts from current and past Air Force (AF) operations and apply to Air Force installations worldwide. The key focus of this effort is to further develop demonstration/field-tested remediation, contaminatedand validate innovative, energy efficient, and cost-effective technologies for the site characterization and monitoring, and pollution prevention technologies, remediation, and methodologies that serve as an innovative means to save money and time while achieving complianceaccelerated closure of environmental sites in Restoration, Compliance, Pollution Prevention, Military Munitions Response Program (MMRP) areas for complying with all air, soil, and waterapplicable regulatory requirements and Air Force, policies and technical guidance. The goal is to identify more technically advanced, efficient, effective, environmentally friendly, and cost-effective solutions than are currently available. Such technologies and methodologies should aid the US Air Force in reaching the remedy-in-place (RIP) goal of 2012 or optimizing current remediation or, monitoring, or other systems already in place, or reducing the quantity of toxic and hazardous chemicals and materials. The purpose of this acquisition is to apply promising demonstration/field-testedand innovative technologies and methodologies that need further demonstration and validation. This acquisition is not to test theoretical concepts or technologies and methodologies that currently exist solely in a laboratory research and development (R&D) phase. The remedial or that have already been tested and validated multiple times in the field. The intent of this acquisition is not to acquire technologies or approaches that can be deemed as services. The areas of interest include, but are not limited to, effective dense non-aqueous phase liquid (DNAPL) : • Effective detection, monitoring, characterization, monitoring, fate and transport, detection, modeling, and remediation; improve/optimize remediation and long-term monitoring (LTM) technologies; assessment and mitigation of hazards associated with vapor intrusion; remedial techniques and methods to more effectively treat soil and groundwater contaminated with of light and dense non-aqueous phase liquid (LNAPL, DNAPL) chlorinated solvents; implementation of rapid site characterization through definitive field-based analytical methods for, volatile organic compounds (VOCs), semi VOCs, and other commoncomment contaminants. Additional areas of interest include innovative pollution prevention techniques, innovative site characterization approaches and tools, new and innovative quality assurance methodologies, and innovative monitoring and optimization systems for found across Air Force sites; • Optimization of existing remediation operationsand long-term monitoring (LTM) technologies (e.g., pump and treat) including sensors, analytical methodologies, and data management systems; • Assessment and mitigation of hazards associated with vapor intrusion; • Sustainability of remediation and monitoring systems including alternative energy sources and other sustainability considerations for existing or new remediation systems; • Incremental sampling methodologies, detection, discrimination, risk assessment, remediation, and cost estimating tools for the Military Munitions Response Program (MMRP) including small arms ranges, underwater ranges, and unexploded ordnance (UXO) sites. • Pollution Prevention areas of interest include, but at not limited to, reduction of greenhouse gas emissions and other criteria air pollutants, reduction in the use of Toxic Release Inventory (TRI) chemicals, elimination or minimization of the discharge of pollutants to wastewater treatment facilities and flow of deicing chemicals into storm water systems, increase in the diversion rate of solid waste, in particular organic materials and construction debris and product substitution used in industrial processes with bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Proposal submittal is a two-phase process. Phase I Offerors submit proposals by completing a short online questionnaire on the AFCEE BAA web page developed specifically to facilitate proposal submittal in the BAA program. The requested information includes: description of the technology (synonymous with methodology, as applicable) being proposed and a discussion of the technical benefits to include the type of site and specific problem addressed; contaminationwhether the technology applies to remediation and/or pollution prevention; types of contaminants and media treated; an estimate of the number of Air Force sites where the proposed technology or methodology can be used; projected cost savings (return on investment) if the demonstration is successful; description of how project supports the Remedy-in-Place (RIP)/Response Complete (RC) Goal of 2012;(if applicable); qualifications of the offeror with specific examples of where the technology or methodology has been tested and the outcome of those applications; estimated cost range of the demonstration/field testing of the technology; and approximated time to complete the proposed effort; and whether the Air Force will have the right to the technology or methodology or if it will be proprietary. Limits to the length of each section are noted in the web-based proposal form. PHASE I SUBMITTALS ARE DUE NO LATER THAN 4:00 PM CST, 8 December 2008 1 December 2009. Phase I submittals received after 8 December 2008 1 December 2009, may or may not be evaluated. However, these proposals will be held for possible action until expiration of this BAA. The Phase I proposals are evaluated by the Air Force's Technical Evaluation Board (TEB) using the same selection criteria used to evaluate Phase II proposals. It is critical that the offeror convey the above information accurately and concisely so that proposal evaluators can judge the merits of the proposed demonstration/field testing of the technology. Those proposals that are judged innovative and meet program requirements are selected for further evaluation in Phase II. Offerors whose proposals are not selected for Phase II are notified electronically of this decision, while those selected are similarly notified and invited to submit a Phase II proposal as an attachment to the electronic format provided via Internet link. To be eligible for award submission of Phase I is required. Phase II proposals are to include expanded descriptions/discussion of the following information: Technology or methodology proposed including results of previous development/demonstration/field testing, pilot-scale or treatability studies. The technology or methodology must be described in sufficient detail to enable reviewers to understand the nature and probability of successful application. The proposal shall include the types of contaminants treated, the media (i.e., soil, groundwater) treated, an estimate of the number of Air Force sites where the proposed technology or methodology could be applied, and any limitations known to affect the application of the technology or methodology. Benefits to the USAF of using the proposed technology or methodology. This should include a comparison with existing technologies or methodologies (e.g., used to treat the same contaminants), and how the proposed technology or methodology improves cleanupis an improvement over existing technologytechnologies or methodologymethodologies and/or lowers the cost of the associated environmental program (e.g., restoration/, compliance, pollution prevention., MMRP, energy). This should also include the projected cost savings (return on investment) if the demonstration project is successful. The objectives of the proposed technology or methodology demonstration/field testing, the tasks to be accomplished during the demonstration/field testing, the project schedule, and the location or type of site recommended for the demonstration/field test. The qualifications of the offeror to successfully perform the technology or methodology demonstration/field test. Offerors invited to submit a Phase II proposal are provided a link in the electronic notification by which the Phase II proposals are to be submitted. Phase II proposals shall be submitted as attachments to an electronic submittal form that is accessed via the notification from AFCEE. The technical proposal shall be limited to 10 pages, typed at 10 pitch or larger type, single spaced, and single sided, on sheets 8.5" X 11" with 1" margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments. Pages in excess of this limitation will not be evaluated by Government evaluators. Suggested inclusion within the 10 page limitation are: (1) four pages describing the proposed technology or methodology, (2) one page containing a SOW, (3) one page discussing the capability of the offeror, references and point of contact for the demonstration/field test, (4) three pages describing proposed schedule for demonstration/field test, past experience and performance, and other places the technology or methodology has been demonstrated, and (5) one page list of key personnel that will perform the demonstration/field test. The cost proposal has no page limitations; however, offerors are requested to use five (5) pages as a goal. The cost and technical proposals are to be submitted together in Microsoft Word and Excel formats. (1) Submittals to this BAA Phase I shall be through the following Internet address http://www.afcee.brooks.af.mil/pkv/baa. Each electronic form shall address only one technology and one topic. Separate forms shall be submitted for each additional topic or additional technology. Response time for Phase II submittal will be 30 days from electronic notice. The submittal shall concisely describe the technology and shall be evaluated according to the criteria stated in this announcement. No additional data may be submitted for this BAA. If additional data is submitted, it will be discarded. Proposals will be evaluated on their own merits and will not be evaluated against each other. The TEB will evaluate the submittals to this BAA. Vendor submittals that meet all of the evaluation criteria will be accepted into the BAA program. Once accepted into the program, the proposal will be shared with appropriate DOD personnel for consideration. Vendor submittals having a technology or process applicable to a specific environmental need may be asked to contract for a field application. We anticipate the award of up to 20 contracts with at least one small business set aside. Final selection for award will be based on an evaluation of an offeror's Phase II full proposal (both technical and cost) to determine the overall merit of the proposal in response to this announcement. (1) The technical aspect, which is ranked as first in importance, shall be evaluated based on the following criteria which are of equal importance. • New solutions with unique applications to Air Force problems. • Organization, clarity and thoroughness of the proposed SOW. • Technical approach and ability to perform. • The offeror shall demonstrate a clear understanding of how the proposed technology will improve upon current commercially available technologies. • Availability of qualified technical personnel and their experience with the applicable technology. • Past experience with the applicable technology. • Benefit to the US Air Force which can be translated into the technology's potential for assisting in the attainment of the 2012 RIP/RC Goal, its potential cost effectiveness, potential for Air Force-wide application, or fully addresses a unique Air Force need, and the ease of applying the technology full-scale. (2) Cost is ranked as second in importance. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. CRITICAL NOTE: A CONTRACTOR LICENSE/REGISTRATION IS NOT REQUIRED FOR THIS BAA, BUT A CONTRACTOR IS REQUIRED TO REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) THE FOLLOWING INTERNET ADDRESS IS PROVIDED WWW.CCR.GOV. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTRATING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION. NOTES: 1. The preceding data should be sufficient for completing an electronic form. 2. There are no solicitation documents applying to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in this announcement must follow the instructions to submit Phase I. 3. THERE IS NO COMMITMENT BY THE AIR FORCE EITHER TO MAKE ANY CONTRACT AWARDS OR TO BE RESPONSIBLE FOR ANY MONEY EXPENDED BY THE OFFEROR BEFORE A CONTRACT AWARD. 4. As no funding for contracts has been reserved in advance, AFCEE will be sharing qualified abstracts with other Federal Government activities to seek sites and funding. Some Federal Government activities may employ civilian contractors to determine the applicability of an offered technology to specific environmental projects. Any information that may be sensitive to review by such personnel should not be submitted. 5. Prospective offerors may request a copy of the "PRDA and BAA Guide For Industry" and the Unsolicited Proposal Guide. The guide is specifically designed to assist offerors in understanding the BAA proposal process. while the Unsolicited Proposal Guide offers further guidance in regard to proprietary information. The PRDA/BAA Guide may be found at http://www.wpafb.af.mil/shared/media/document/AFD-070125-041.rtf.http://www.wpafb.af.mil/shared/media/document/AFD-080623-060. The Unsolicited Proposal guide is available upon written request at the point of contact e-mail address listed below point of contact. maryjo.boldt@brooks.af.mil. 6. AFCEE/ACR Contracts Office will reply to all offerors once the (TEB) has reviewed all forms submitted. For questions regarding this BAA contacts listed below. 7. Place of Contract Performance: TBD Point of Contact Mary Jo Boldt, Contracting Specialist, Phone 210-536-4505, Fax 210-536-4505, e-mail maryjo.boldt@brooks.af.mil. his announcement constitutes a Broad Agency Announcement (BAA) for the Air Force Center for Engineering and the Environment (AFCEE), Restoration Branch, Technology Transfer Office (TDV) under FAR 6.102(d)(2). This announcement is open for one year and will be advertised annually. This announcement seeks out technologies and methodologies to reduce environmental impacts from current and past Air Force (AF) operations and apply to Air Force installations worldwide. The key focus of this effort is to further develop demonstration/field-tested remediation, contaminated site characterization and monitoring, and pollution prevention technologies and methodologies that serve as an innovative means to save money and time while achieving compliance with all air, soil, and water regulatory requirements and Air Force policies and technical guidance. The goal is to identify more technically advanced, efficient, effective, environmentally friendly, and cost-effective solutions than are currently available. Such technologies and methodologies should aid the US Air Force in reaching the remedy-in-place (RIP) goal of 2012 or optimizing current remediation or monitoring systems already in place. The purpose of this acquisition is to apply promising demonstration/field-tested innovative technologies and methodologies. This acquisition is not to test theoretical concepts or technologies and methodologies that currently exist solely in a laboratory research and development (R&D) phase. The remedial technologies areas of interest include, but are not limited to, effective dense non-aqueous phase liquid (DNAPL) characterization, monitoring, fate and transport, detection, and remediation; improve/optimize remediation and long-term monitoring (LTM) technologies; assessment and mitigation of hazards associated with vapor intrusion; remedial techniques and methods to more effectively treat soil and groundwater contaminated with chlorinated solvents; implementation of rapid site characterization through definitive field-based analytical methods for volatile organic compounds (VOCs), semi VOCs, and other common contaminants. Additional areas of interest include innovative pollution prevention techniques, innovative site characterization approaches and tools, new and innovative quality assurance methodologies, and innovative monitoring and optimization systems for existing remediation operations (e.g., pump-and-treat) including sensors and data management systems. Proposal submittal is a two-phase process. Phase I Offerors submit proposals by completing a short questionnaire on the AFCEE BAA web page developed specifically to facilitate proposal submittal in the BAA program. The requested information includes: description of the technology (synonymous with methodology, as applicable) being proposed and a discussion of the technical benefits to include the type of site and specific problem addressed; contamination and media treated; description of how project supports the Remedy-in-Place (RIP)/Response Complete (RC) Goal of 2012; qualifications of the offeror; estimated cost range of the demonstration/field testing of the technology; and approximated time to complete the proposed effort. Limits to the length of each section are noted in the web-based proposal form. PHASE I SUBMITTALS ARE DUE NO LATER THAN 4:00 PM CST, 8 December 2008. Phase I submittals received after 8 December 2008, may or may not be evaluated. However, these proposals will be held for possible action until expiration of this BAA. The Phase I proposals are evaluated by the Air Force's Technical Evaluation Board (TEB) using the same selection criteria used to evaluate Phase II proposals. It is critical that the offeror convey the above information accurately and concisely so that proposal evaluators can judge the merits of the proposed demonstration/field testing of the technology. Those proposals that are judged innovative and meet program requirements are selected for further evaluation in Phase II. Offerors whose proposals are not selected for Phase II are notified electronically of this decision, while those selected are similarly notified and invited to submit a Phase II proposal as an attachment to the electronic format provided via Internet link. To be eligible for award submission of Phase I is required. Phase II proposals are to include expanded descriptions/discussion of the following information: Technology or methodology proposed including results of previous development/demonstration/field testing, pilot-scale or treatability studies. The technology or methodology must be described in sufficient detail to enable reviewers to understand the nature and probability of successful application. The proposal shall include the types of contaminants treated, the media (i.e., soil, groundwater) treated, and any limitations known to affect the application of the technology or methodology. Benefits to the USAF of using the proposed technology or methodology. This should include a comparison with existing technologies or methodologies used to treat the same contaminants, and how the proposed technology or methodology improves cleanup over existing technology or methodology and/or lowers the cost of environmental restoration/prevention. The objectives of the proposed technology or methodology demonstration/field testing, the tasks to be accomplished during the demonstration/field testing, the project schedule, and the location or type of site recommended for the demonstration/field test. The qualifications of the offeror to successfully perform the technology or methodology demonstration/field test. Offerors invited to submit a Phase II proposal are provided a link in the electronic notification by which the Phase II proposals are to be submitted. Phase II proposals shall be submitted as attachments to an electronic submittal form that is accessed via the notification from AFCEE. The technical proposal shall be limited to 10 pages, typed at 10 pitch or larger type, single spaced, and single sided, on sheets 8.5 X 11 with 1 margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments. Pages in excess of this limitation will not be evaluated by Government evaluators. Suggested inclusion within the 10 page limitation are: (1) four pages describing the proposed technology or methodology, (2) one page containing a SOW, (3) one page discussing the capability of the offeror, references and point of contact for the demonstration/field test, (4) three pages describing proposed schedule for demonstration/field test, past experience and performance, and other places the technology or methodology has been demonstrated, and (5) one page list of key personnel that will perform the demonstration/field test. The cost proposal has no page limitations; however, offerors are requested to use five (5) pages as a goal. The cost and technical proposals are to be submitted together in Microsoft Word and Excel formats. Submittals to this BAA Phase I shall be through the following Internet address http://www.afcee.brooks.af.mil/pkv/baa. Each electronic form shall address only one technology and one topic. Separate forms shall be submitted for each additional topic or additional technology. Response time for Phase II submittal will be 30 days from electronic notice. The submittal shall concisely describe the technology and shall be evaluated according to the criteria stated in this announcement. No additional data may be submitted for this BAA. If additional data is submitted, it will be discarded. Proposals will be evaluated on their own merits and will not be evaluated against each other. The TEB will evaluate the submittals to this BAA. Vendor submittals that meet all of the evaluation criteria will be accepted into the BAA program. Once accepted into the program, the proposal will be shared with appropriate DOD personnel for consideration. Vendor submittals having a technology or process applicable to a specific environmental need may be asked to contract for a field application. Final selection for award will be based on an evaluation of an offeror's Phase II full proposal (both technical and cost) to determine the overall merit of the proposal in response to this announcement. (1) The technical aspect, which is ranked as first in importance, shall be evaluated based on the following criteria which are of equal importance. New solutions with unique applications to Air Force problems. Organization, clarity and thoroughness of the proposed SOW. Technical approach and ability to perform. The offeror shall demonstrate a clear understanding of how the proposed technology will improve upon current commercially available technologies. Availability of qualified technical personnel and their experience with the applicable technology. Past experience with the applicable technology. Benefit to the US Air Force which can be translated into the technology's potential for assisting in the attainment of the 2012 RIP/RC Goal, its potential cost effectiveness, potential for Air Force-wide application, or fully addresses a unique Air Force need, and the ease of applying the technology full-scale. (2) Cost is ranked as second in importance. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. CRITICAL NOTE: A CONTRACTOR LICENSE/REGISTRATION IS NOT REQUIRED FOR THIS BAA, BUT A CONTRACTOR IS REQUIRED TO REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) THE FOLLOWING INTERNET ADDRESS IS PROVIDED WWW.CCR.GOV. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTRATING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION. NOTES: 1. The preceding data should be sufficient for completing an electronic form. 2. There are no solicitation documents applying to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in this announcement must follow the instructions to submit Phase I. 3. THERE IS NO COMMITMENT BY THE AIR FORCE EITHER TO MAKE ANY CONTRACT AWARDS OR TO BE RESPONSIBLE FOR ANY MONEY EXPENDED BY THE OFFEROR BEFORE A CONTRACT AWARD. 4. As no funding for contracts has been reserved in advance, AFCEE will be sharing qualified abstracts with other Federal Government activities to seek sites and funding. Some Federal Government activities may employ civilian contractors to determine the applicability of an offered technology to specific environmental projects. Any information that may be sensitive to review by such personnel should not be submitted. 5. Prospective offerors may request a copy of the PRDA and BAA Guide For Industry and the Unsolicited Proposal Guide. The guide is specifically designed to assist offerors in understanding the BAA proposal process while the Unsolicited Proposal Guide offers further guidance in regard to proprietary information. The PRDA/BAA Guide may be found at http://www.wpafb.af.mil/shared/media/document/AFD-070125-041.rtf. The Unsolicited Proposal guide is available upon written request at the point of contact e-mail address listed below point of contact. 6. AFCEE/ACR Contracts Office will reply to all offerors once the (TEB) has reviewed all forms submitted. For questions regarding this BAA contacts listed below. 7. Place of Contract Performance: TBD Point of Contact Mary Jo Boldt, Contracting Specialist, Phone 210-536-4505, Fax 210-536-3609, e-mail maryjo.boldt@brooks.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/AFCEEBAA-08-001/listing.html)
 
Record
SN01990403-W 20091024/091022235054-d8be4d3e3161f2a553480bd9f92fed28 (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.