|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1996 PSA#1575Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748, Fort
Huachuca, AZ 85670-2748 A -- REDUCTION IN USE DRUGS AND DRUG SUPPLY POC Contract Specialist,
William De Giovanni, (520) 533-1347, Contracting Officer, Patricia
Woznick, (520) 533-1398. The U.S. Army Intelligence Center and Fort
Huachuca is soliciting proposals in the area of reduction in the use of
drugs and reduction in the drug supply BAA 96-3. This BAA is a total
set-aside for Historically Black Colleges and Universities (HBCU's) to
enhance long term HBCU infrastructure/competitiveness. HBCU's are
institutions determined by the Secretary of Education to meet the
requirements of 34 CFR Section 608.2. The Government invites interested
and qualified offerors to submit a proposal to establish a research and
development project in issues relating to the reduction of both demand
and supply of illicit drugs. Specific work to be performed includes
but is not limited to the following: (1) Demand Reduction research and
development,; i.e. investigations concerned with the prevention of
drug abuse and addiction. An important part of this thrust area is to
include not only university research laboratories and hospitals but
also communities. The usual addiction treatment methods such as
Positron Emission Tomography and Magnetic Resonance Imaging do not deal
with the total person. It is not recognized that people dealing with
the drug problems often suffer from multiple problems. Thus the optimum
treatment should acknowledge the linkages of efforts that have strong
teams that include colleges and universities plus clinical groups
concerned with limiting and controlling drug abuse. The demand-side
area requires biologists, chemists, psychologists, community workers,
and a variety of health professionals. Offerors may consist of teams
with various combinations of specialists; however, each team must have
at least one HBCU and at least one community group with experience in
the control of drug addition. (2) The Supply Side research and
development areas are concerned with controlling the supply of drugs.
The most important thrusts are wide-area surveillance through remote
sensing to detect the movement of vehicles, animals and humans;
non-intrusive inspection methods for examining containers and vessels
without removing all the contents; tactical technologies such as
advanced computing, crop eradication methods, communications, data
fusion, information exploitation, tracking, and decision-making tools
which enable field operations to defeat trafficking activities. The
selected researchers will be required to include both undergraduate
students and graduate students on their teams. This will be important
in attracting more African-Americans to attend graduate school too
obtain masters and doctorate degrees. Creative ideas are invited
concerning how to motivate more minorities to seek careers in research
and development. Contents of research proposals: All offerors
preparing research proposals should submit the following information:
Technical proposal and Cost proposal (including SF 1411). Proposals
should include a concise Statement of Work and the basic approaches to
be used in the proposed effort. The Statement of Work should indicate
the effort intended for each 12 month period of research. Technical
proposal: The technical proposal shall not exceed 50 pages. The
proposal pages should be consecutively numbered to facilitate
verification of compliance. Proposal of excessive length will not be
considered for award. (1) The technical proposal should provide a
reasonable complete discussion stating the background and objectives of
the proposed work, the approaches to be considered and level of effort
to be employed, include the nature and extent of the anticipated
results and if known, the manner in which the work will contribute to
the accomplishment of the agency's mission. (2) Include information
that will identify the magnitude of the research program currently
underway by the proposed principal investigators. The information
should include, as a minimum, (i) a description of the work, (ii) the
annual dollar volume of the effort, (iii) the names of federal, state,
local agencies or other parties presently funding the work or
requested to fund such work, (iv) a complete breakdown of the time of
the principal investigator and/or co-principal investigator contained
in the proposal. (3) The names, brief biographical information and a
list of recent publications of the offeror's key personnel (including
alternates, if desired) who will be involved in the research.
Documentation of previous work or experience in the field of the
proposer is especially important. (4) The type of support, if any, the
offeror requests, e.g., facilities, equipment, materials. (5) A
statement regarding possible impact, if any, or the proposed effect on
the environment. (6) A brief description of your organization. If the
offeror has extensive government contracting experience and has
previously provided the information to CTAC, the information need not
be provided again. A statement setting forth this condition should be
made. (8) Identify the facilities to be used for the work, if
appropriate for understanding of the proposal. Cost proposal: A
completed Standard Form 1411 must be submitted which shows the total
estimated cost of the research project. All cost data must be current
and complete. The estimated project costs must be broken down by cost
element for each period. Costs proposed must conform to the principles
and procedures in OMB Circular A-21. The cost proposal shall include
the following: a. A list of participants, not necessarily by name,
showing the time and number of months to be charged by the principal
investigator, research associates and assistants and the total amount
per year to be paid to each from the project. For proposals from
universities, the time and amounts to be charged should be identified
by academic year and summer effort. Proposals must identify the
following: (1) The basis for the direct labor hours or percentage of
effort, e.g., historical hours or engineering estimates. (2) The basis
for the direct labor rates or salaries. Labor rates should be
predicated upon actual labor rates or salaries. The labor rates may be
adjusted upward for inflation or cost of living adjustments (COLAs).
b. The most recent fringe benefits and indirect cost rates (overhead,
general administrative and other). Identify whether the proposed rates
are provisional or fixed and a copy of the indirect rate agreement. If
negotiated forecast rates do not exist, you must provide sufficient
detail to enable the Government to determine that the costs include in
the forecast rate are allocable according to applicable OMB Circulars.
Disclosure should be sufficient to permit a full understanding of the
content of the rate(s) and how it was established. As a minimum, your
submission should identify: all individual cost elements included in
the forecast rate(s), then basis used to prorate indirect expenses to
cost pools, if any, how the rate(s) was calculated, the distribution
basis of the developed rate(s). c. A general description and total
estimated cost of expendable equipment and supplies. The basis for
developing the cost estimates e.g., vendor quotes, invoice prices, etc.
must be included. d. Subcontract costs, identifying type of contract
used (cost reimbursement, fixed price etc.), whether or not subcontract
was awarded competitively and if non-competitive, rational to justify
the absence of competition. The offeror's cost or pricing data from the
subcontractor, if proposed price exceeds $500,000. e. Forecast
expenditures for travel with a brief explanation that identifies
destination, purpose of trip, number of days. g. Other direct costs,
(Provide basis for cost estimate). h. Cost for consultant services, if
any, showing number of days, daily rates and estimated travel/per diem
costs. The need for consulting services must be fully justified.
Evaluation Criteria: Proposals will be selected for award on a
competitive basis after a peer or scientific review. The following
factors will be used to evaluate the technical portion of the proposal:
(1) Scientific Merit, Feasibility and Currency of the Research Program:
The overall scientific and/or technical merits of the proposal. (2)
Research Personnel Qualifications: The qualifications, capabilities,
availability and experience of the offeror's research personnel and
their ability to achieve the proposed technical objectives. (3)
Collaboration and Leveraging: The offeror's abilities and plan to
develop and initiate collaborative programs to leverage other resources
and establish consortia to enhance the overall technical objectives.
(4) CTAC Relevance: The potential contribution of the proposed effort
to the CTAC mission. (5) Technology Transfer: The Offeror's ability and
procedures to exchange scientific and technological information between
the center, the CTAC user community, other government agencies and
industry. (6) Outreach Program: The offeror's plans and procedures to
increase and maintain the pipeline of scientific personnel in the
technical areas of interest (methods of pre-and post-doctoral
fellowship programs, and mechanism to encourage undergraduate students)
to enter this field. (7) Management of the Center: The offeror's
capabilities to provide technical leadership (qualifications and
experience of the key personnel, organizational structure and
management controls including review and selection procedures for
selection procedures for fellowship and visitors program). The factors
are listed in descending order of importance, with factors 4, 5, 6 and
7 being equal. The combined importance of factors 1, 2, and 3 is
significantly more than the combined importance of the remaining
factors. The cost will be considered for realism, reasonableness and
affordability. All proposals must address each of the evaluation
criteria failure to do so shall render the proposal non-responsive.
Awards will be based upon technical superiority of the proposal and
acceptability of costs. Prospective offeror's who have questions
concerning this BAA should submit questions in writing to: Ms. Rose
Johnson, ONDCP, Counterdrug Technology Assessment Center, 750 17th
Street, Washington, D.C. 20500 or Fax to 202-395-6775. Each proposal
must be clearly marked on the outside of the package ``Proposal for
HBCU Research''. An original and 10 copies will be required. The
original shall be signed by an individual authorized to bind the
offeror. Proposals shall be submitted to: Counterdrug Technology
Assessment Center, Office of the National Drug Control Policy, 750 17th
Street, NW, Washington, DC 20500. Multiple contracts may result from
this BAA. The number of proposals funded will depend upon the technical
merit of proposals received and available funding. There will be no
formal Request for Proposals or other solicitation with regard to the
BAA nor does the issuance of this BAA obligate the Government to fund
any subsequently invited proposals nor pay any proposal preparation
costs. All HBCU's shall request a copy of the proposer information
pamphlet from the Directorate of Contracting, P.O. Box 12748, Fort
Hucahuca, Arizona, 85670. Facsimile requests (520) 533-1600. (Please
reference BAA number). This BAA will be open until Mar 31, 1997. HBCUs
may submit proposals every 3 months. Cut off dates are as follows: On
or before 30 Jun 96, 30 Sept 96, 31 Dec 96 and 31 Mar 97. All
responsible sources capable of satisfying the Government's needs may
submit a proposal which shall be considered by the Government. This
notice constitutes a BAA as authorized by FAR 6.102 (d)(2)(i). (106) Loren Data Corp. http://www.ld.com (SYN# 0010 19960416\A-0010.SOL)
A - Research and Development Index Page
|
|