|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1995 PSA#1444Aviation Applied Technology Directorate, U.S. Army Aviation and Troop
Command, ATTN: AMSAT-R-TC (Bid Custodian), Building 401, Fort Eustis,
VA 23604-5577 A -- R&D BROAD AGENCY ANNOUNCEMENT (PART 2 OF 2) SOL DAAJ02-96-R-0001
DUE 011896 POC Hilda E. Fowler, Contract Specialist, (804) 878-4818.
Combination of the 2 parts of this BAA constitutes the total
solicitation. There will be no formal RFP, other solicitation requests,
or other information regarding these requirements. SECURITY
REQUIREMENTS: Except as noted in Topic 01-96, work performed under
resulting contracts will be unclassified and will not require access to
classified material. A determination has been made that performance
under the contracts may require access to and/or generate technical
data the export of which is restricted by the Arms Export Control Act
(Title 22, U.S.C., Sec. 2751 et seq) or Executive Order 12470. Prior to
award, the successful firm(s) will be required to provide an
''Export-Controlled DoD Technical Data Agreement'' certification number
issued in accordance with DoD Directive 5230.25. This certification may
be requested from the Defense Logistics Services Center, Attn: DLSC-FBA
Federal Ctr, Battle Creek, MI 49017-3084, Telephone 1-800- 352-3572.
Participation in the programs announced in this BAA is limited to U.S.
firms only. GENERAL INFORMATION: Guidance provided in this section
applies to all proposals submitted under this announcement. Proposals
submitted must consist of a clear statement of objectives, a technical
section which should include, but not limited to, background
experience, concepts and ideas, methodology, expected contribution of
the research to the Army mission, a Statement of Work (SOW) and
milestones, a technical plan, a biographical section describing key
personnel, a cost proposal and a program management section. Proposals
submitted under Topic 02-96 should also include a list of candidate
sensors for evaluation and demonstration, and a list of candidate
intelligent processing codes or algorithms for incorporation in the
ACCM system. The cost proposal must include cost breakdown providing
manhours by task, all pricing rates used, and equipment and materials
listings, if applicable. Use of separate volumes for technical and cost
data is acceptable but not required. Cost proposals should utilize
separately priced options whenever reasonable. Subcontractor roposals,
if applicable, including pricing rate details, should be provided
concurrent with the prime contractor's submission. This BAA topic will
remain open until 4:15 p.m., Eastern time, January 18, 1996. Proposals
submitted after the cut off date will be handled in accordance with FAR
52.215-10. A copy of this provision may be obtained from the procuring
office. Awards under this announcement are anticipated to be made
prior to 1 June 1996. However, unless the offeror specifies a different
expiration time, proposals will be considered valid for Government
acceptance through 30 September 1996. NOTE: Funds are not presently
available for these acquisitions. No contract awards will be made until
appropriated funds are made available from which payments for contract
purposes can be made. The Government anticipates multiple awards under
this announcement, though no minimum or maximum number of awards can be
guaranteed. The Government reserves the right to select for award any,
all, part or none of the proposals received. Further, the Government
reserves the right to select for award only a portion of an offeror's
proposal (i.e. certain tasks vs total program). Multiple proposals from
the same offeror that address different topics, that propose different
solutions under a single topic, or that address only part of the
problem under a topic will be accepted and evaluated independently. It
is anticipated that contracts to be awarded will be cost-plus-fixed
fee completion type contracts. The anticipated period of performance
and contract values are stated in the individual topic description.
This announcement is an expression of interest only and does not commit
the Government to pay any response preparation cost. No pre-proposal
conference is to be held. Proposals must be submitted in original and
four (4) copies. Proposals, excluding the cost section, shall not
exceed 50 pages. Proposals should be marked with the above solicitation
number and addressed to the Aviation Applied Technology Directorate,
ATCOM, ATTN: AMSAT-R-TC (H. Fowler), Fort Eustis, VA 23604-5577. In
accordance with FAR 52.215-14, offerors desiring an explanation or
interpretation of this solicitation must request it in writing at the
above address (Datafax 804 878-0008). Oral explanations or instructions
given before the award of any contract will not be binding. Any
information given to a prospective offeror concerning this solcitation
which is necessary in submitting offers or the lack of which would be
prejudicial to any other prospective offeror(s) will be published as
an amendment to this announcement. For other contracting and technical
issues contact the Contract Specialist, Hilda Fowler, (804) 878-4818.
All responsible sources may submit a proposal which will be considered
by this Agency. Offerors are cautioned that only Contracting Officers
are legally authorized to commit the Government. (0272) Loren Data Corp. http://www.ld.com (SYN# 0002 19951002\A-0002.SOL)
A - Research and Development Index Page
|
|