Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1996 PSA#1666

Human Systems Center/PKVBB/Brooks AFB TX 78235-5363

B -- BROAD AGENCY ANNOUNCEMENT FOR TECHNOLOGY DEMONSTRATION (FY96) SOL PKV-BAA-96-001 POC Stephen S. Kelly, Contracting Officer, (210) 536-5274. BROAD AGENCY ANNOUNCEMENT FOR TECHNOLOGY DEMONSTRATION SOL PKV-BAA-96-001 DUE: N/A Broad Agency Announcement (BAA) For Technology Demonstration: A--Introduction: Technology Transfer Division of the Air Force Center for Environmental Excellence (AFCEE) is interested in receiving proposals (technical and cost) on the technology demonstration effort described below. This BAA announcement applies to a potential award of a contract or contracts and is procedurally governed by FAR 35.016. Proposals submitted in response to this Broad Agency Announcement (BAA) should be sent to and received by ''HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363, Attention: Mr. Stephen S. Kelly'' no later than 30 Sep 96, 3:00 P.M., Central Daylight Time, in order to be considered for the first round of evaluations/awards. This is an unrestricted solicitation valid for 12 months after the published date of this Commerce Business Daily (CBD) Synopsis. Proposals submitted after 30 Sep 96 but prior to the expiration date of this BAA, may or may not be reviewed. However these proposals will be held for possible action until the expiration date of this BAA. There will be no other announcement issued for this Technology Demonstration requirement. Prospective offers may request a copy of the ''BAA Guide to Industry'' and the ''Unsolicited Proposal Guide.'' The ''BAA Guide to Industry'' is specifically designed to assist offerors in understanding the BAA proposal process while the ''Unsolicited Proposal Guide'' offers further guidance in regard to proprietary information. Both of the above mentioned guides are available upon written request or fax to ''HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363, Attention: Mr. Stephen S. Kelly or (210) 536-6408/9026. B--Requirements: (1) Technical Description: The purpose of this effort is to field test pollution compliance and remediation technologies that save money and time and aid in the compliance of all air, soil, and water regulatory requirements. The purpose of the field testing is to field promising technologies and not to test theoretical concepts. The remedial technologies areas of interest include, but are not limited to, vapor capture and treatment, soil vacuum extraction with particular interest in chlorinated sites, bio-venting, passive treatment walls, and natural attenuation/assimilation (either individually applied or applied in a treatment train), fate and transport models, Light Non-Aqueous Phase Liquids (LNAPL) removal, Dense Non-Aqueous Phase Liquids (DNAPL) removal, and abandoned firing ranges. (2) Deliverable Items: The following deliverable items shall be proposed: (a) D1-MGMT-80368. Project Planning (Monthly), (b) DI-MISC-80227, Contractor Progress, Status and Management Report (Monthly), (c) DI-MISC-80711, Treatment Study Test Design (Draft and Final), (d) DI-MISC-80711, Health and Safety Plan (Asreq), (e)DI-MISC-80711, Analytical Data (Asreq), (f) D1-MISC-80711, Scientific Report (Asreq), (g) D1-MISC-80508, Technical Report-Draft and Final (Asreq), (h) DI-A-3024A, Presentation Material (Asreq), (i) D1-Admin-81250, Conference Minutes, and (j) DI-FNCL-80331, Funds and Manpower Expenditure Report. C--Additional Information: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 24 months depending on the type of technology proposed. The contractor shall also provide for an additional two (2) months for the processing/completion of the final report. The contractor may participate in technology transfer through workshops and/or symposia. (2) Expected Award: Mar 97 through Oct 97 (3) Government Estimate: Government anticipates multiple awards for this BAA. Individual awards are anticipated to range from $0 to $2,000,000.00 (4) Anticipated Types of Contracts: Cost Plus Fixed Fee (CPFF), Cost Sharing (CS), Cost Reimbursement (CR), and Cost Plus Incentive Fee (CPIF). (5) Base Support Government Furnished Facilities: The base will provide the successful Technology Demonstration contractor with existing engineering plans, drawings, diagrams, aerial photographs, and any available site characterization data to facilitate the evaluation of selected sites. The base will arrange for: (a) Personal identification badges, vehicle passes, and/or entry permits, (b) Trailer Space, and (c) Digging or Drilling Permits. (6) Size Status: This acquisition is an unrestricted acquisition (not a small business set-aside. See FAR 19.501). However, for comparison purposes only, the Standard Industrial Code (SIC) would have been 8711, with a small business size standard of $2.5 million in annual receipts. Furthermore, proposals from universities and non-profit institutions will also be considered and are eligible for award. (7) Notice of Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force Point of Contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that the restrictions may apply which could preclude their participation in this pending acquisition. D--Proposal Preparation Instruction (1) General Instructions: All offerors shall, in their proposal and before any pending award, give notice of limitations on Government rights as prescribed in DFAR 252.227-7013, Rights in Technical Data and Computer Software. For assistance, refer to the ''Proprietary Information'' and ''When and How to Submit'' sections of the Air Force Material Command (AFMC) Unsolicited Proposal Guide from each activities publication office. The AFMC Form 91 is not applicable to this BAA. Proposal questions should be directed to one of the points of contract listed herein. Offerors should comply with the instructions contained in the ''BAA Guide for Industry'' referenced in Section A of this announcement. Technical and cost proposals must be submitted in separate volumes, and must be valid for 365 days from the date of Government receipt of Proposal. Proposals must reference the above announcement number and include a unique identification number. Additionally, all proposals must be submitted in an original and five copies format. Proposals will be evaluated in accordance with the technical and cost areas of interest listed below. Offerors are advised that only the Contracting Officer is legally authorized to commit the Government. (2) Cost Estimate: The accompanying cost proposal/price breakdown shall be supplied, together with supporting schedules, and a projected expenditure profile. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the technology and the technical approach. A three page executive summary of the offeror's technical approach is required. Additional information shall include prior work in this area, similar work awarded, Bench or Field Test Results, similar submission to other Federal, State, and Local Government Agencies. Descriptions of available equipment, facilities, and resumes of critical personnel participating in this effort should also be included as attachments to the technical proposal. The technical proposal should also include a Statement of Work (SOW), suitable for contract incorporation, detailing the technical task and the schedule proposed to be accomplished under the proposed effort. Offerors should refer the BAA Guide to Industry, Section A, to assist in SOW preparation. Any questions concerning the Technical Proposal of SOW preparation shall be referenced to the technical points of contact cited in this announcement. (4) Page Limitations: The Technical Proposal shall be limited to 40+3 Executive Summary Pages, typed at 12 pitch or larger type, double spaced, single sided, on sheets 8.5'' X 11'' with at least 1'' margins. This page limitation is inclusive to indexes, photographs, fold-outs, appendices, attachments, etc. Pages in excess of this limitation will not be evaluated by the Government evaluators. Exclusive of the Technical Proposal limitations stated above is the cost proposal. Accordingly and appropriately, the Cost Proposal has no page limitations, but it is requested that the Cost Proposal be limited to 15 pages as a goal. (5) Preparation Costs: Be advised that the Government will not pay any proposal preparation costs. As a matter of note, the cost of preparing proposals is not an allowable direct charge to any resulting contract that may be awarded as a result of this announcement nor is that cost allowable on any other contract. However, the proposal costs may be an allowable indirect expense to the normal Bid and Proposal (B&P) indirect cost in FAR 31.205-18. E--Basis for Award: The selection of none, some, any or all, proposals for award will be based on an evaluation of an offeror's Technical and Cost Proposals to determine overall merit in response to this announcement. The Technical Proposal is considered to be of primary importance while the Cost Proposal is considered to be of secondary importance. In reference to the Technical evaluation, the following areas are considered to be of equal importance: (1) New solutions with unique applications to Air Force problems, (2) Offeror's technical approach and ability to perform, (3) Benefit to the Air Force which can be translated into the technologies cost effectiveness, potential for Air Force wide application, and the ease of applying the technology full-scale. Cost is rated secondary to all of the technical considerations listed above. No further evaluation criteria will be used in selecting the proposals. The technical and cost information will be evaluated at the same time. Furthermore, in accordance with the criteria stated above, be advised that the Air Force reserves the right to select for award any, all, part, or none of the proposals received. Furthermore, be advised that funding has not been secured at this time for any awards resulting from this announcement. Finally, be advised that proposals will be dually evaluated by Government and non-Government contracted personnel. F--Points of Contact (POC): (1) Remedial Technology POC: Air Force Center For Environmental Excellence/ERT, Mr. Sam Taffinder (Pri) or Mr. Marty Faile (Alt), 3207 North Rd., Brooks AFB, TX 78235-5363 @ (210) 536-4331 or 536-5363, respectively. (2) Contracting/Cost Point of Contact: Human Systems Center/PKVBB, Mr. Stephen Kelly (210) 536-5274, or Sharon Money (210) 536-4523; 3207 North Rd., Brooks AFB, TX 78235-5363. (0235)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960823\B-0006.SOL)


B - Special Studies and Analyses - Not R&D Index Page