Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1996 PSA#1575

Directorate 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