|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373U.S. Army Tank-Automotive and Armaments Command, Acquisition Center
(AMSTA-AQ-DS), Warren, MI 48397-5000 A -- ANNOUNCEMENT PART 2 OF 3 SOL DAAEO795QBAA1. DUE 083095. For a
solicitation copy or for information on this procurement, call Jenny
Sterba (810) 574-6368. Including a one page executive summary of the
technical proposal. The offeror's cost proposal has no page limit and
shall be submitted as a separate document on 2F 1411 together with
supporting detailed cost data, including any subcontractor cost data,
in accordance with FAR 15.804-6. Cost and technical proposals shall be
submitted in five copies and shall be marked BAA No. DAAEO
7-95-Q-BAA1. Offerors are requested to provide their Commercial and
Government Entity (CAGE) number with their submission. The offeror must
indicate if this or a related proposal has been offered to, or is under
consideration by, any other government agency. Offerors must have
extensive experience in the technical area of their submission and
document it in their submisson. Successful research and development
efforts may be incorporated into future Government Technology
Demonstration Programs. Proposal due date: proposals will be received
through Aug 30, 1995, regardless of whether or not an abstract was
submitted. Proposals will be evaluated as they are received to permit
early award of contracts prior to the BAA closing date. Proposal
evaluation is expected to take a minimum of 30 days after receipt of
proposal. Evaluation criteria: evaluation of proposals will be
accomplished through a scientific review using the following criteria
(in descending order of importance): (1) overall scientific and
technical merit: the technical approach of the offeror should address
every critical aspect of the effort. The nature and sequence of tasks
outlined by the offeror will be evaluated. The estimated technical risk
will also be evaluated. The technical risk considerations will include:
feasibility, practicality, thoroughness, and clarity of the proposed
work. (2) Offeror's capabilities: the offeror's experience in the
specific technical area is an important factor for determining ability
to thoroughly address all necessary areas and successfully complete
the project. The proposal must be an extension on the offeror's
on-going commercial R&D and not an extension of a government funded
project. The facilities and equipment available for performance of the
proposed project are also important indicators of the offeror's
capability to perform the desired work. (3) Potential contributions to
Government programs: the potential contributions of the proposed
effort to TACOM's mission will be evaluated. This could include gains
in analytical and analysis capability, ground vehicle technology
advancement, system operating and support costs reduction, or its
importance and usefulness to this agencies generic programs. It is
preferred that vehicle demonstration hardware or computer software be
delivered to the Government, which could be used in conjunction with a
military vehicle technology demonstrator. (4) Qualifications of
personnel: the range, depth, and expertise of offerors key personnel
who will be working on the specified topic are important indicators of
the capabilities of the offerors to perform the desired work. (5)
Realism of schedule and budget: the offeror's schedule and budget for
the work will be evaluated to determine whether these estimates are
reasonable and realistic for the technical and management approach
offered, as well as to determine the offeror's practical understanding
of the effort. The budget should reflect a realistic estimation of
dollars necessary to successfully perform the work. No portion of this
BAA will be set aside for Historically Black College and University
(HBCU) and Minority Institution (MI) participation due to the
impracticability of reserving discrete or severable are as of research
in Advanced Automotive Technology for exclusive competition among
these entities. Loren Data Corp. http://www.ld.com (SYN# 0008 19950621\A-0008.SOL)
A - Research and Development Index Page
|
|