Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
MODIFICATION

A -- Broad Agency Announcement - Research and Development for Technical Collection of Intelligence - Amendment 4

Notice Date
12/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity - PAFB, Florida, 1030 South Highway A1A, Building 989 MS1000, Patrick AFB, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
BAA-01-10-VACA
 
Archive Date
12/15/2014
 
Point of Contact
Matthew Brown, Phone: 321-494-7697, Edward J. Williams, Phone: 3214942744
 
E-Mail Address
matthew.brown2@patrick.af.mil, edward.williams@patrick.af.mil
(matthew.brown2@patrick.af.mil, edward.williams@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Update Dec 2011 - BAA-01-10-VACA BROAD AGENCY ANNOUNCEMENT (BAA) BAA-01-10-VACA Research and Development for Technical Collection of Intelligence FULL TEXT ANNOUNCEMENT - update effective 12/22/11 BROAD AGENCY ANNOUNCEMENT TITLE: Applied Research and Development for Technical Intelligence Collection of Intelligence Open 5 Year Broad Agency Announcement. BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-01-10-VACA This BAA is open to all interested parties, including FFRDC, Government, National, and academic (college and university) laboratories. This BAA is set up in two parts: 1/ BASIC BAA and 2/ CALL BAA. The two parts are explained in separate sections below. Anticipated funding under this BAA (not per contract) is $5 million per Fiscal Year (FY) from FY 12 through FY 14. Individual awards will normally not exceed 24 months with dollar amounts typically ranging from $0.1 to $2 million per year. This funding profile is an estimate only and will not be a contractual obligation for funding. BRIEF PROGRAM SUMMARY: On behalf of the Defense Intelligence Agency (DIA), the Virginia Contracting Activity (VACA) is soliciting innovative approaches and concepts to obtain unique and creative solutions, technologies, and state of the art approaches for technical collection of intelligence to include but not limited to Measurement and Signatures Intelligence (MASINT). DIA is seeking demonstrations of first or next generation prototypes that can generally be developed within 12-24 months. New systems and approaches as well as novel exploitation of existing intelligence or non-intelligence systems and data with potential to satisfy gaps in intelligence collection capabilities are of interest. MASINT is technically derived intelligence that detects, locates and identifies unique and operationally exploitable signatures of fixed and dynamic sources of interest. The ultimate goal is to rapidly develop and field capabilities for technical collection of intelligence consistent with current priorities. DIA is tasked to research, develop, and deploy new capabilities for technical collection of intelligence to provide persistent, undetected and difficult-to-counter surveillance of intelligence targets. Collected intelligence satisfies tactical and strategic needs of the war-fighter and intelligence communities. This BAA will be reviewed annually. Any updates or possible cancellation will be issued as an amendment to the BAA. This annual review and subsequent amendments to the BAA shall meet the requirement of FAR 35.016 to update the BAA notice no less frequently than annually. OTHER THAN WHITE PAPERS, NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. A letter requesting a proposal (RFP) will be issued by the Contracting Officer (CO) for each call and when needed after a technical review of a white paper. Due dates and times will be specified in each letter requesting a proposal issued by the CO in accordance with the instructions for proposals in response to white papers and calls starting on page 12 of this document. There will be no other announcement issued for this requirement. Offerors MUST monitor Federal Business Opportunities website at http://www.fbo.gov in the event this announcement is amended or CALLs are issued. 1/ BASIC BAA SECTION White papers in response to the BASIC BAA will be accepted at any time. This BAA will remain open for White Paper submission through 1600 hours local time on the closing date, 30 November 2014. White papers received after the closing date will not be reviewed or evaluated. WHITE PAPERS: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit two (2) copies of a four (4) to six (6) page white paper (not including cover sheet) summarizing their proposed approach solution for the relevant mission areas(s). The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper does not include a cost proposal. The white paper must include a short technical description of the concepts and planned approach to accomplish an operational demonstration of the technical objectives. It briefly describes the technologies to be pursued in the effort. White papers shall be sufficiently detailed to allow DIA to evaluate the concept's technical merit and its potential contributions to the DIA mission. A Cover Sheet (Attachment 1) should be attached to the white paper. The Cover Sheet includes the anticipated period of performance as well as a rough-order-of-magnitude (ROM) cost. The ROM cost consists of the total cost plus profit/fee, if any. It is a best estimate of the anticipated cost of the effort. The ROM should be consistent with any dollar value or ranges specified in the announcement, as well as the level of work being proposed. White papers should avoid proprietary or data not critical to the idea being presented. Note: White papers already submitted under previous obsolete BAA-04-01-JT1 or BAA-05-01-JT2 should not be resubmitted under this BAA. AREAS OF INTEREST: In order for perspective offerors to gain a clearer picture of DIA's current mission requirements and priorities it will be necessary to request mailing of classified information. Participants can request a registered mailing at the SECRET level from Mr. Miguel Guerra by providing their Commercial and Government Entity (CAGE) number and a security point of contact. His unclassified email address is miguel.guerra@patrick.af.mil. Requestors must have a SECRET facility clearance and SECRET safeguarding that can be verified through the Industrial Security Facilities Database (ISFD). FORMAT AND SUBMITTAL: White papers that do not meet format requirements may be rejected without further review or evaluation. The white paper must be formatted as follows: Section A: Date, Title, Company name, Period of performance, estimated cost of task (see attachment 1); Section B: Task objective, relevant mission areas(s) being addressed and relevant past performance information; and Section C: Technical summary of objectives and the operational demonstration. Multiple white papers, within the purview of this announcement, may be submitted by offerors. All white papers shall be single spaced with a font no smaller than 12-pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, a fax number, and an e-mail address (both unclassified and classified if available) with their submission. Offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. White paper submissions may now be submitted via email at AEcontracting@patrick.af.mil starting in mid January 2012. White papers classified SECRET COLLATERAL and below shall be addressed to the Contract Specialist listed in the Current Point of Contacts Section below. To submit white papers classified above SECRET COLLATERAL, contact the Security Officer Mr. Darrell Archard listed in the Current Point of Contacts Section below. EVALUATION CRITERIA: The white paper will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in "DESCENDING" order of importance: • Overall scientific and technical merits; • Importance/potential to DIA's mission areas; • Fund availability/affordability Individual white paper evaluations will be based on acceptability or unacceptability without regard to other white papers submitted under this BAA. White papers submitted will be evaluated as they are received and government responses may take between 1-3 months. PROPOSALS: White papers found to be consistent with the requirements of the BAA may be invited to submit a formal technical and cost proposal. An invitation to submit a proposal does not assure that the offeror will be awarded a subsequent contract. If requested to submit a formal proposal the offeror will be requested to do so in accordance with proposal instructions contained herein. AWARD INFORMATION: Awards under this BAA will be made to offerors on the basis of the evaluation criteria above and program priorities. Awards will be subject to the availability of funds. Awards as a result of this BAA will be in the form of negotiated contracts. Options are discouraged and un-priced options will not be considered for award. CURRENT POINTS OF CONTACT: Contracting Officer: Mr. Matthew Brown, 1030 South Highway Al A, Building 989, Patrick AFB FL 32925, telephone: 321-494-7697, email: matthew.brown2@patrick.af.mil Contract Specialist: TSgt Edward Williams, 1030 South Highway Al A, Building 989, Patrick AFB FL 32925, telephone: 321-494-2744, email: edward.williams@patrick.af.mil Program Manager: Mr. Michael Vaske, 1030 South Highway A1A, Building 989, Patrick AFB, FL 32925, telephone: 321-494-8025, email: michael.vaske@patrick.af.mil Technical Point of Contact: Dr. Robert Richardson, Chief Scientist, phone: 321-494-8029, email: robert.richardson@patrick.af.mil Classified Point of Contact: Mr. Miguel Guerra, South Highway A1A, Building 989, Patrick AFB, FL 32925, telephone: 321-494-4359, email: miguel.guerra@patrick.af.mil Security Officer: Mr. Darrell Archard, 1030 South Highway A1A, Building 989, Patrick AFB, FL 32925, phone: 321-494-8488 White Paper Transmittal: TSgt Edward Williams, Virginia Contracting Activity, 1030 South Highway Al A, Building 989, Patrick AFB FL 32925 Attachment 1 WHITE PAPER COVER SHEET BAA-01-10-VACA 1. Date: 2. Project Title: 3. Company Name: 4. Address: 5. Cage Code: 6. Contracting Point of Contact: a. Name: b. Title: c. Phone: d. E-mail: e. FAX: 7. Technical Point of Contact: a. Name: b. Title: c. Phone: d. E-mail: e. FAX: 8. Security Point of Contact: a. Name: b. Title: c. Phone: d. E-mail: e. FAX: 9. Period of Performance: 10. Rough Order of Magnitude (ROM): (Best estimate cost plus profit of proposed effort) 2/ CALLS BAA SECTION PROGRAM OBJECTIVE AND DESCRIPTION: Periodically over the 5-year period, proposal call announcements (CALLS) may be issued in the FedBizOps under BAA-01-10-VACA to request proposals for specific topic areas. These subsequent CALLS will contain specific objectives and descriptions of the specific topic area to be addressed, anticipated period of performance, information peculiar to the specific topic area, and the expected dollar range for proposals received under the CALL. Proposals in response to the CALL BAA (as explained below) will be accepted as specified in the actual CALL. SCHEDULE: Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3). There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps https://www.fbo.gov in the event this announcement is amended or CALLs are issued. Offerors must monitor these systems to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. COMMUNICATIONS: Prospective offerors may contact the technical point of contact (listed below) to verify interest in the effort to be proposed PRIOR to committing any resources to the preparation of any white papers in response to the BASIC BAA or proposals in response to a CALL under this announcement. Discussions shall not include content or rating information of other offeror's proposals or White Papers. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Questions outside the scope of the technical focal point, such as contract terms and conditions, or projected award schedule, should be referred to the CO. Only COs are legally authorized to commit the Government. Potential offerors are requested to advise the CO if they intend to submit a proposal in response to a CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. ESTIMATED PROGRAM COST: Each CALL will contain funding profiles specific to that effort. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. AWARD INFORMATION: Proposals are intended to be evaluated, and award made without discussions, unless discussions are determined to be necessary. However, the Government may obtain clarifications to determine proposal acceptability. Discussions may be held with prospective awardees prior to award if needed. In the event the Government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror. Offerors are cautioned that only CO's are legally authorized to obligate funds and commit the Government. CURRENT POINTS OF CONTACT: Contracting Officer: Mr. Matthew Brown, 1030 South Highway Al A, Building 989, Patrick AFB FL 32925, telephone: 321-494-7697, email: matthew.brown2@patrick.af.mil Contract Specialist: TSgt Edward Williams, 1030 South Highway Al A, Building 989, Patrick AFB FL 32925, telephone: 321-494-2744, email: edward.williams@patrick.af.mil Program Manager: Mr. Michael Vaske, 1030 South Highway A1A, Building 989, Patrick AFB, FL 32925, telephone: 321-494-8025, email: michael.vaske@patrick.af.mil Technical Point of Contact: Dr. Robert Richardson, Chief Scientist, phone: 321-494-8029, email: Robert.richardson@patrick.af.mil Classified Point of Contact: Mr. Miguel Guerra, South Highway A1A, Building 989, Patrick AFB, FL 32925, telephone: 321-494-4359, email: miguel.guerra@patrick.af.mil Security Officer: Mr. Darrell Archard, 1030 South Highway A1A, Building 989, Patrick AFB, FL 32925, phone: 321-494-6701 Other Information FULL AND OPEN COMPETITION: This acquisition is unrestricted. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to CALLS or approved whitepapers issued pursuant to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. ORGANIZATIONAL CONFLICT OF INTEREST: Organizational Conflict of Interest may apply to this action but cannot be determined prior to issuance of this announcement or subsequent CALLS. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. TYPES OF CONTRACTS/INSTRUMENTS: The Government reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. It is anticipated that awards under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. The anticipated type of contract will be stated in each CALL. Prospective offerors are encouraged to discuss the type of instrument proposed with the appropriate contracting point of contact prior to preparing a proposal. Indefinite Delivery/Indefinite Quantity (ID/IQ) with Cost Plus Fixed Fee (Completion) Task Orders are also anticipated. In the event an ID/IQ type of contract is anticipated, potential offerors are advised that during the course of the contract, the maximum dollar amount of the contract is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period. ANTICIPATED NUMBER OF AWARDS: The Government anticipates awarding a minimum of one contract per request for proposal; however, the Government reserves the right to make multiple awards or no awards pursuant to a CALL or whitepaper. PROPOSAL COSTS: The cost of preparing Government requested proposals, in response to this announcement, is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. ELECTRONIC INVOICING REQUIREMENT: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. Any contract resulting from this announcement will establish a requirement to submit invoices through the electronic invoicing internet website using procedures described at http://www.nsa.gov/business/programs/electronic_invoicing.shtml. Access to the electronic invoicing website requires an External Certificate Authority (ECA/IECA) PKI certificate. Information on purchasing an ECA/IECA certificate is available on the internet at: http://iase.disa.mil/pki/eca/index.html. SUBCONTRACTING PLANS: Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $650,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704 and DFARS 219.704 along with the technical and cost proposals. Small business is exempt from this requirement. If a company has a master subcontracting plan, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. ITEM IDENTIFICATION AND VALUATION: Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Jan 2011) which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. For more information, see the following website: http://www.acq.osd.mil/dpap/pdi/uid/index.html FORWARD PRICING RATE AGREEMENTS: Offerors who have forward pricing rate agreements (FPRA's) and forward pricing rate recommendations (FPRR's) should submit them with their proposal. EQUAL EMPLOYMENT OPPORTUNITY (EEO) REGULATIONS: Pursuant to FAR 22.805, a pre-award clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Programs (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National Pre-award Registry http://www.dol-esa.gov/preaward. This registry indicates that the contractor has been found to be "in compliance" within the past two years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a pre-award clearance from the OFCCP. LIMITATIONS ON PASS-THROUGH CHARGES-IDENTIFICATION OF SUBCONTRACT EFFORT: Any contract award resulting from this announcement may contain the clause at FAR 52.215-22, Limits on Pass Through Charges, (Oct 2009). NON-GOVERNMENT PERSONNEL: All proprietary material should be clearly marked and will be held in strict confidence. The program office has contracted for various non-government scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. Non-government staff support personnel will not have access to proposals that are labeled by the offerors as Government Access Only. Proposals labeled by the offerors as for "Administrative Purposes Only" will only be handled by non-government staff support contractors in an administrative role. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in this contract or order, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the CO and shall include a detailed statement of the basis for the objection. All evaluations and selections under this BAA will be made only by Government evaluators. Non-government staff support contractors may serve as technical advisors in the evaluation of proposals. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. DATA DELIVERABLES: The following data deliverables are representative of the types of data that may be required: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Final Report, draft and final; (d) Presentation Materials, (e) Patent Reports; and (f) Unique Identification Designator (UID) Report. Data deliverables are subject to negotiations on each individual award. Other deliverables that could be required include but are not limited to: (a) Hardware or Software Prototypes (to demonstrate and/or implement a concept); (b) Demonstration of Prototype or Advanced Technology. DEPARTMENT OF DEFENSE (DOD) FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTERS (FFRDCS): FFRDCs may submit proposals in response to this announcement. FFRDCs or contractors that propose using FFRDCs shall provide rationale in its proposal that the research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the contractor's proposal must demonstrate that the FFRDC can accept work from other than the sponsor. U.S. EXPORT CONTROL LAWS: Data subject to U.S. Export Control Laws may be involved and only firms on the Certified Contractor Access List (CCAL) will be allowed access to such data. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dla.mil/ or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572. SECURITY REQUIREMENTS: Depending on the work to be performed, an offeror may require up to a TOP SECRET-SCI clearance or the means to support a special access security environment, facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to U.S. SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. NAICS CODE: The applicable NAICS code for this announcement and any CALLS issued pursuant to this BAA is 541712 -- Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a size standard of 500. CONTRACT AWARD PROCEDURES: Award procedures for proposals derived from white papers received under the BASIC BAA are the same as proposals received under the CALL BAA. BROAD AGENCY ANNOUNCEMENT BAA-01-10-VACA INSTRUCTIONS FOR PROPOSALS IN RESPONSE TO APPROVED WHITE PAPERS AND CALLS PROPOSAL PREPARATION GENERAL INSTRUCTIONS: A. The proposal is the only vehicle available to the offeror for receiving consideration for award, and must stand on its own merit. Only information provided in the proposal can be used in the evaluation process leading to an award. The proposal should be prepared simply and economically, providing straightforward, concise delineation of capabilities necessary to perform the proposed work. The technical proposal must be accompanied by a separate, fully supported, cost proposal. B. This BAA and associated CALLS are expressions of interest only and do not commit the Government to pay for proposal preparation cost. C. Proposals must reference this BAA number, the CALL number or white paper, and include a unique contractor generated proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. D. Offerors must identify proposal information considered proprietary by marking their proposals with the restrictive language contained in FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisition. E. DoD policy, per DFARS 227.7103-1, is to acquire only the technical data and the rights in that data, necessary to satisfy government needs. The Government anticipates receiving, as a minimum, "Government Purpose Rights" to technical data developed under contracts awarded based on proposals received in response to this announcement. Data rights offered other than "Unlimited Rights," as defined in DFARS 227.7103-5, should be identified in DFARS clause 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions, and addressed in the business section of the cost proposal. F. There are no limits to the number of proposals an offeror may submit for any given CALL unless otherwise specified in the CALL. Offerors may only submit 1 proposal for each approved white paper. Offerors may only submit a proposal based on a white paper only after receipt of a request from the contracting officer or contract specialist. G. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time as identified in each CALL. PROPOSAL SUBMISSION A. Submit with a cover letter, an original, three paper copies, and one electronic copy of the technical proposal and one electronic copy of the cost/business proposal. The original and paper copies of technical and cost/business proposals must be in separate volumes. The electronic copy must be submitted on a compact disk (CD) in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. B. Proposals shall be sent to the CS listed in the Current Points of Contacts. Proposals sent to any inappropriate address are ineligible for award. Proposals sent via facsimile or electronic means will not be accepted. C. Prospective offerors are to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at https://orca.bpn.gov/ in conjunction with the required registration in the Central Contractor Registration (CCR) database. Offerors may be required to provide proposal specific representations and certifications identified and requested by the cognizant CO. D. Offerors are advised that data included in the technical and cost/business proposals submitted to the Government in response to a request for proposal after submission of a white paper or future CALLS under this BAA may be released to non-Government advisors for review and analysis. Any non-Government advisor will strictly serve in an advisory capacity to the Government evaluators. Non-Government advisors will have appropriate Organizational Conflict of Interest clauses in their contracts with Virginia Contracting Activity and will initiate any required Non-Disclosure Agreements. All offerors must clearly indicate in their proposals if they have any objections or concerns regarding the use of non-Government advisors. SPECIFIC PROPOSAL PREPARATION INSTRUCTIONS A. COVER LETTER: A cover letter shall accompany each proposal. The cover page shall include the BAA title and reference number, name and telephone number, fax and emailfor the offeror's principal points of contact (both technical and contractual), and the page shall also contain the proprietary data disclosure statement as specified in paragraph D of General Instructions, if applicable, a statement that the proposal is valid for 120 days from the due date specified in the CALL or white paper RFP. It shall include a statement indicating if the firm is a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, 8(a), or women-owned small business concern. It shall include Cognizant DCAA and DCMA points of contact, address, phone/fax and E-Mail address. The proposal must be signed and dated by an authorized official of the organization. B. TECHNICAL PROPOSAL: a. Content: The technical proposal must convey an understanding of the problems or limitations of the general technology area and the intended application(s). The technical proposal shall include the following items. 1. Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. It should summarize the technical issues addressed by the offeror's proposal without repeating the requirements. This should provide a vision of what will ultimately be achieved and what solution this effort will produce. 2. Program Description: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art. 3. Program Plan: Describe in detail the planned approach and how the plan will be executed. This section should include all technical aspects of the approach. Provide technical detail and analysis necessary to support the technical approach proposed. Clearly identify the core of the intended approach. The plan should cite the qualitative and quantitative success criteria that the proposed effort should achieve. The "new and creative" solution to the problem(s) should be developed and analyzed in this section. Include a risk assessment of key technical, schedule or cost areas and their potential impact on the program. Identify why proposed subcontractors were selected and what tasks they are to perform, if applicable. 4. Contractor's Statement of Work (C-SOW): The C-SOW shall follow the format of appendix B. The C-SOW, a stand-alone document, should detail the research to be accomplished under the technical area and should be suitable for incorporation into the awarded document. The proposed C-SOW should summarize the technical methodology and the task description, but not to the extent to make the awarded instrument inflexible. Contractors may request copies of our contracts under the Freedom of Information Act. Consequently, it is imperative that no company-sensitive information be included in the C-SOW. The C-SOW should include the anticipated deliverables (hardware, software, reports, etc.). Do not include any proprietary information in the C-SOW. 5. Milestone Chart: A Milestone Chart should indicate when specific objectives are expected to be met in the overall program schedule and should identify the specific accomplishments necessary to proceed to the next task. Provide a schedule of when the deliverable items identified in the CALL are to be delivered. 6. Facilities and Equipment description: Describe the facilities that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment. 7. Description of Relevant Prior Work: Provide a list of related previous or current government, commercial, or internally funded work during the past five years. For each such effort, provide the principal investigator, title of effort, contract number, brief summary of results, dollar value, and a technical and contracting point of contact, including phone numbers, for the funding organizations. 8. Management Plan: Offerors should provide an approach that demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion. 9. Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. b. Page Limitations. The technical proposal including the C-SOW shall be limited to 30 pages single spaced, double-sided, 8.5 by 11-inch pages. Use 12 pitch Times New Roman. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, resumes, C-SOW, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The Government will not consider pages in excess of the limitation. C. Cost/Business Proposal: Separate this proposal into a cost section and a business section. a. Cost Section: For proposal pricing purposes, Offerors should assume a contract start date of ninety (90) days after submission of the proposal although may be earlier. b. Offerors are to provide any current Forward Pricing Rate Agreements in effect at time of proposal submission. c. The cost proposal containing other than cost or pricing data shall be submitted in the format provided in the announcement and is necessary for the Government to perform a cost realism analysis. A Certificate of Current Cost or Pricing Data is required to be submitted by the offeror upon the conclusion of negotiations if the total amount is $700,000 or more, and none of the exceptions to the Truth In Negotiations Act (TINA) apply. This announcement anticipates no exceptions will apply due to the one-of-a-kind nature of research and development work. d. The cost proposal should be limited to the minimum number of pages necessary to satisfy the specific requirements, however offerors are requested to keep cost proposals to 20 pages as a goal. Submit the electronic copy of the cost proposal worksheets on a compact disk in a PC compatible file format in Microsoft Office Excel 2003 or later version. The file must contain all cell formulas/calculations. e. The cost proposal shall contain a completed cost proposal checklist. (See appendix A.) Failure to provide a complete proposal may result in a determination that the proposal is non-responsive and may be eliminated from consideration for award. f. Business Section: The business section should contain all business aspects to the proposed contractual arrangement, such as type of contract/instrument, any unique terms and conditions, and any information not technically related. As a goal, offerors are requested to keep the business section to 20 pages or less. This section should include the following items as appropriate. 1. Signed "Administrative Access to Proprietary Information" consent provision or a detailed statement outlining the basis for the objection (See appendix C). 2. Representations and certifications and any specific representations and certifications identified in a CALL. PROPOSAL REVIEW AND EVALUATION PROCEDURES GENERAL: The Government reserves the right to select for award to responsible offerors/contractors any, all, part, or none of the proposals received in response to this announcement, subject to the availability of funds. The technical and cost proposals will be evaluated at the same time. You may be ineligible for award if all requirements of this announcement and subsequent CALLS are not met by the proposal due date and time. At minimum, incomplete proposals may be given lower priority and, although technically acceptable, not awarded due to funding limitations. No further evaluation criteria will be used. EVALUATION CRITERIA: The selection of one or more sources for award will be based on an evaluation of each offeror's proposal to determine the overall merit of the proposal in response to this announcement. Proposals will be evaluated in accordance with FAR 35.016. The proposals will be evaluated utilizing a peer or scientific review process, in conjunction with the intent of this BAA and of interest to the Government, which are listed in descending order of importance: • Overall scientific and technical merits of the proposal; • Importance to DIA's mission areas; • Fund availability/affordability Individual proposal evaluations will be based on acceptability or unacceptability without regard to other proposals submitted under this BAA. Proposals submitted will be evaluated as they are received. All responsible organizations may submit a proposal that shall be considered. REVIEW AND SELECTION PROCESS: The technical and cost proposals will be evaluated at the same time and categorized as follows: CATEGORY I: Well conceived scientifically and technically sound proposals important to program goals and objectives. Proposals in Category I are recommended for acceptance subject to funding constraints. CATEGORY II: Scientifically or technically sound proposals that may require further development and may be recommended for acceptance, but are at a lower priority than Category I proposals and are not always funded. CATEGORY III: Proposals not technically sound or do not meet agency needs and may be recommended for rejection. AWARD NOTICES: An award notice will be posted to Federal Business Opportunities website under this BAA for each call in a reasonable amount of time after award. Offerors will be notified in writing whether or not their proposal is recommended for award. An award recommendation is not to be construed to mean the award of a contract or assistance instrument is assured as availability of funds and successful negotiations are prerequisites to any award. Offerors are cautioned that only Contracting Officers are legally authorized to obligate funds and commit the Government. DEBRIEFINGS: When requested, a debriefing will be provided. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content will vary to be consistent with the procedures set out in FAR 35.016 governing BAAs. Appendix A COST PROPOSAL TABLE OF CONTENTS ITEM PAGE NO. 1. Summary by cost element and fixed fee for total proposal. 2. Labor summary for total proposal by categories, rates, and hours. 3. List all key personnel by name as well as the number of hours each will dedicate to the project. 4. Explanation of how labor rates are computed including base rates (actuals) and escalation, if any. 5. Identification of indirect rates by fiscal year, explanation of how ____ established and base to which they apply. 6. Bill of Materials detailing items by type, quantity, unit price, total ____ amount and source of estimate. Provide vendor written quotes 7. Summary of all travel, by destination, purpose, number of people, days, air fare, per diem, car rental, etc. 8. Consultants by name, rate and number of days or hours. Furnish copy of consulting agreement, and identify prior agreement(s) under which the consultant commanded proposed rate, as well as the consultant's resume 9. Computer use by type, rate and quantity, if charged direct 10. Other direct costs by type, amount, cost per unit and purpose (specifically identify any costs for printing or publication) 11. DD Forms 1861 (if proposing facilities capital cost of money) 12. Subcontractor's proposal, with prime offeror's price/cost analysis of subcontractor's proposal. If subcontract was not competed, include justification 13. Forecast of monthly & cumulative dollar commitments for the proposed contract period. 14. Interdivisional transfers (detailed breakout of costs) a. Subcontractors: Subcontractors' proposals must be similarly structured. All subcontracted work must be properly identified as such. If a subcontractor elects to submit an abbreviated proposal, it is the offeror's responsibility to see that the subcontractor submits the information requested in paragraph 1 - 14 above as appropriate and submits the proposal directly to the Government's point of contact. The offeror must ensure that the subcontractor adheres to the guidance set forth herein. FAR 15.404-3 requires that the offeror provide an analysis of subcontractors' cost proposals. To that end, offeror's proposal must: (1) Identify principal items/services to be subcontracted. (2) Identify prospective subcontractors and the basis on which they were selected. If non-competitive, provide selected source justification (3) Identify the type of contractual business arrangement contemplated for the subcontract and provide a rationale for same. (4) Identify the basis for the subcontract costs (e.g., firm quote or engineering estimate, etc). (5) Identify the cost or pricing data or information other than cost or pricing data submitted by the subcontractor. (6) Provide an analysis of the proposed subcontract in accordance with FAR 15.404-3(b). Provide an analysis concerning the reasonableness, realism and completeness of each subcontractor's proposal. If the analysis is based on comparison with prior prices, identify the basis on which the prior prices were determined to be reasonable. The analysis should include, but not be limited to, an analysis of: materials, labor, travel, other direct costs and proposed profit or fee rates. b. Changes to Pricing Proposals: Changes to previously submitted proposals must include documentation indicating how a previously submitted proposal is impacted or affected. (1) If changes to the original proposal are relatively insignificant and involve only minor changes to elements such as labor rates, overhead and General and Administrative (G&A) rates, bill of material changes, travel costs, and Other Direct Costs (ODC's), these change can be accomplished through the use of change pages or slip pages accompanied by new cost summaries. Appendix B STATEMENT OF WORK (SOW) (TITLE) (DATE) 1.0: Purpose: 2.0: Background: 3.0: Scope: 4.0: Task/Objective /Technical Requirements: The contractor shall provide non-personal services R&D support and accomplish the following tasks in accordance with this SOW. 4.1: Task 1 - Program Management: The contractor shall assign an experienced Program Manager (PM) to this effort. The PM shall be responsible for the overall administrative, technical, cost quality and schedule performance of the project. Manage the project in accordance with the approved Program Management Plan (PMP) and report any significant deviations in the projects technical, cost, and/or schedule parameters immediately to the Contracting Officer's Representative (COR). Deliverables: CDRL A001 - Scientific and Technical Reports - DI-MISC-80711A, CDRL A002 - Contract Summary Report - DI-ADMN-80447A, CDRL A003 - Status Report - DI-MGMT-80368A, CDRL A004 - Funds and Man-Hour Expenditure Report - DI-FNCL-80331A. 4.1.1 Program Management Plan (PMP): Prepare and submit a PMP to the Contracting Officer's Representative (COR) for approval. The purpose of the PMP is to establish the project Baseline, enable monitoring of progress and to assess the contractor's performance in the accomplishment of the contracted work objectives. The kick off meeting/minutes: The contractor shall conduct a project kick off meeting within seven (7) days of contract award. The purpose of this meeting is to review the Program Management Plan to make sure both Government and contractor are on track together and to discuss the details of the (sample: preliminary range finding and extraction studies before they take place) (enter what you want here). Deliverable: CDRL A005 - Program Management Plan - DI-MGMT-80004A. 4.1.1.1: A Work Breakdown Structure (WBS) clearly defining all associated costs, resources, schedules and anticipated travel requirements per task and a roll-up of the total project cost. 4.1.1.2: A comprehensive Project Schedule detailing the timelines for WBS task accomplishment, meetings, test events, delivery dates, milestones and the overall project schedule during the contract's period of performance. 4.1.2. Conduct quarterly Program Management Reviews (PMRs) on the project status. Deliverable: CDRL A006 - Program Management Review: Agenda & Minutes - Contractor Format. 4.2: Task 2 - : (as needed) 4.3: Task 3 - : (as needed) 4.4: Task 4 - : (as needed) 4.5: Task 5 - : (as needed) 4.6: Task 6 - Options: (as needed) These optional tasks shall be individually priced and separate from the overall project requirements outlined in Task 1 - X. The following optional tasks may be executed together or independent of each other: 4.6.1. Option 1 - (title): Upon exercise of this option by written direction of the CO, the contractor shall... (follow with description of optional task/requirement). 4.6.2. Option 2 - (title): Make sure you have option 2 if you are going to add a sub-paragraph (i.e. 4.6.1) if not, make the option part of the main paragraph (i.e. 4.6.) 5.0: Period of Performance (POP): The POP shall consist of (enter amount) (X) months from date of contract award covering the period (1 August 20XX to 31 July 20XX - example). 6.0: Place of Performance: (enter place(s) / address) 7.0: Travel and/or Meeting Minutes: All travel and/or meeting minutes shall be submitted under title "Report, Record of Meeting/Minutes". All proposed travel shall be coordinated and approved by the COR prior to travel. All travel shall be in accordance with current Federal Travel Regulations and/or Joint Travel Regulations (FTR/JTR). (CDRL A007 - Report, Record of Meetings/Minutes - DI-ADMN-81505) 8.0: Contractor/Government Furnished Property (GFE): The contractor shall provide all labor, equipment, expertise, materials and transportation necessary for the performance of the contract unless otherwise directed by the Contracting Officer (CO). The Government (will/will not) provide any facilities, equipment, materials, and/or services for this contract other than stated herein or as otherwise directed in writing by the COR. 9.0: Special Considerations: 9.1: Program Data Sources: Multiple classification guides may apply. As a minimum, the Government will provide at least one appropriate security classification guide. 9.2: Security Constraints: 9.2.1: The contractor must be able to work at the (enter the appropriate security level). Therefore, the contractor must have existing secure facilities, storage, and communication capabilities for contract award. 9.2.2: Any new data, products, techniques, applications, activities, concepts, plans, programs, and publications developed during this effort shall be 100% wholly government owned, without any restrictions proprietary or otherwise that would impair the government's ability to further develop the products, techniques, applications, activities, concepts, plans, programs, etc. 9.2.3: Competition for and participation in this program is limited to US only firms, except when specifically approved for foreign firms in advance. 9.2.4: All data, products, techniques, applications, activities, concepts, plans, programs and publications related to this program are subject to the rules for classification as stipulated in EO 13526. 9.2.5: Any new data, products, techniques, applications, activities, concepts, plans, programs, and publications developed during this effort are subject to Original Classification Authority review, the program classification guide, and EO 13526. 9.2.6: Any proposed public release of information relating to this program (classified and unclassified) must be submitted to the appropriate Public Affairs Office and Office of Primary Responsibility (OPR) for approval. 10.0: Government Points of Contact: The POCs for all requirements under this contract are as follows: 10.1: Contracting Officer (CO): Mr. Matthew Brown, Virginia Contracting Activity (VACA) - Patrick AFB, (321) 494-7697, e-mail: matthew.brown2@patrick.af.mil. Only a person formally designated as a CO can award (sign) and change (modify) contracts on behalf of the U.S. Government. 10.2: Contract Specialist (CS): (Enter Name), Virginia Contracting Activity (VACA), (321) 494-XXXX, (enter email address). The CS is the only person authorized by the Contracting Officer (CO) to administer contracts in support of the CO and on behalf of the Government. 10.3: Contracting Officer Representative (COR): Mr. (Enter COR), DTT-2, (321) 494-XXXX, e-mail: (enter e-mail). The COR is the only individual designated in writing by the CO to act as the Contracting Officer's authorized representative to monitor specific aspects of the contract per their letter of appointment for the contract. The COR acts primarily as the point of contact between the CO and the contractor. COR responsibilities and limitations are established by the contracting officer in the letter of appointment. 11.0: Delivery Locations: 11.1: DTT-2 1030 South Highway AlA Building 989 (ATTN: (enter COR)) Patrick AFB, FL 32925-3002 Telephone: (321) 494-XXXX 11.2: VaCA 1030 South Highway A1A Building 989 (ATTN: Mr. (enter CO/CS)) Patrick AFB, FL 32925-3002 Telephone: (321) 494-XXXX   12.0: Deliverables Summary: CDRL # Para # Deliverable Description Frequency Remarks A00X Enter DI-MGMT-80004 One time, draft & final - See DD Form 1423-2 Project Management Plan A00X Enter DI-MISC-8071 1A As Required - See DD Form 1423-2 Scientific and Technical Reports A00X Enter DI-ADMN-80447A One time, draft & final - See DD Form 1423-2 Contract Summary Report A00X Enter DI-MGMT-80368A Monthly by 15th - See DD Form 1423-2 Status Report A00X Enter DI-FNCL-8033 1A Monthly by 15th - See DD Form 1423-2 Funds and Man-hour Expenditure Report A00X Enter DI-ADMN-81505 As Required - See DD Form 1423-2 Report, Record of Meetings/Minutes A00X Enter Contractor Format Quarterly - See DD Form 1423-2 Program Management Review: Agenda & Minutes Appendix C BROAD AGENCY ANNOUNCEMENT BAA-01-10-VACA Research and Development for Technical Collection of Intelligence Administrative Access to Proprietary Information 1. The Defense Intelligence Agency has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in this contract or order, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." 2. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of Small Business Innovation Research proposals, contracts, contract funding and queries. 3. Offerors shall either complete paragraph 4 below or provide written objection to administrative access. Any objection to administrative access: a. Shall be provided in writing to the contracting officer and b. Shall include a detailed statement of the basis for the objection. 4. I consent to administrative access, as defined above, by business and staff support services contractors to any proprietary information submitted under this announcement or delivered under any resulting contract. ________________________________ ____________________ (Signature) Date ________________________________ Name of Authorized Company Official
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/DIAFL/BAA-01-10-VACA/listing.html)
 
Record
SN02644612-W 20111224/111222234642-df89cf9d12a86ab74a86539aabe9fadb (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.