Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1996 PSA#1672

Directorate of Contracting, Attn: ATZS-DKO-I, P.O. Box 12748, Fort Huachuca, AZ 85670-2748

A -- RESEARCH AND DEVELOPMENT PROJECT IN DRUG ENFORCEMENT POC Program Manager, Cpt Laura Shnider, (520) 538-4914; Contract Specialist, William DeGiovanni, (520)533-1347. Broad Agency Announcement 96-4, for research and development projects in drug enforcement. INTRODUCTION: Directorate of Contracting, Fort Huachuca, Arizona, is soliciting white papers for innovative research and development projects in drug enforcement. The intent of this BAA is to identify technologies to provide near, mid, and long term solutions to enhance the capabilities of Federal, State and local Law Enforcement Agencies (LEA). GOAL: The goal of this research and development (R&D) program is to employ innovative technological approaches to provide counterdrug enforcement agencies with increased capabilities under existing operational constraints. TECHNOLOGY AREAS OF INTEREST: This BAA is focused on four major areas. They are 1) tactical technologies, 2) nonintrusive inspection, 3) wide area surveillance, and 4) demand reduction. Tactical Technologies: Projects to be considered should include technologies to disrupt drug organizations in all phases of drug operations. This area would include but not be limited to projects which can detect and track laundered money, integrate and extract tracking information for field agent use, provide technologies for disruption and interception of drug-related communications, provide technologies for growth-disruption and elimination of drug crops, provide technologies to identify assets of organizations and individuals for seizure and technologies for disruption of drug shipping routes. This thrust will develop technology in support of counterdrug enforcement operations. Suggested technology areas are 1) Command, Control, Communications, and Intelligence, 2) Tracking and Surveillance, 3) Detection, Monitoring and Surveillance, 4) Data Compression and Miniaturized Electronics, 5) Forensics, 6) Data Fusion, 7) Chemical, Biological and Radiological Detection, 8) Electronic Support Measures, and 9) Low Probability of Intercept/Detection Communications. Projects could include, but not be limited to, applications or radar, IR, UV, and optical sensors; tagging devices; communications; command and control; and data management and information exploitation networks. Nonintrusive Inspection: This thrust will develop, using a systems approach, technologies applicable to the examination of cargoes, vehicles and other large and small containers for detection of illicit (illegal drug) materials without requiring manual inspection. Projects to be considered would include, but are not limited to, prototype development projects for individual inspections devices, improvements to existing devices, intelligent pre-screening techniques, signal processing algorithms for detection enhancement and the fusing of multiple types of sensors, inspection facilities and test bed designs, and the measurement and compilation of a completed and target substance signature database for various detection technologies. It is anticipated that these systems would employ nuclear, vapor, x-ray and/or non-intrusive technologies. Wide Area Surveillance: Projects in these areas would apply technologies to monitor and detect the growth, processing, shipment and distribution of illegal narcotics. Projects would include, but are not limited to, applications of 1) radar, IR, UV, and optical sensors, 2) command, control, communications and intelligence technology, and 3) data management and information exploitation networks. Demand Reduction: Projects to be considered favorably would develop technological solutions and applications - including systems, methods, and protocols - for reducing demand and supporting drug abuse treatment research. Favorable considered projects would include, but not be limited to, projects for for improving the detection and measurement of drugs in the body and in body fluids, techniques for assessing and monitoring drug addiction or abuse severity, and techniques for treatment/client matching. Proposer Information: White papers may be submitted any time prior to the closing date of August 31, 1997 to Electronic Proving Ground, Attn: Cpt Laura Shnider, STEWS-EPG-EE, Fort Huachuca, AZ 85613-7110. Submission procedures are as follows: Ten (10) copies of all white papers shall be submitted and must reference BAA# 96-4. White papers must be UNCLASSIFIED. white papers must be limited to 10 pages (including figures, charts and tables) on single-sided, double-spaced pages; font to be not small than 12 point; 1'' margins left/right/top/bottom. White papers shall contain a rough cost estimate. Telephone inquiries concerning the status of white papers will not be entertained. Following evaluation of the white papers, the Contracting Officer reserves the right to request a proposal from any, all, part of, or none of the white papers. In the event a white paper is considered favorably, the offeror will be invited to submit a proposal, and if possible a demonstration, within 30 calendar days of notification by the Contracting Officer. Such notification will confirm that the offeror's white paper addresses areas of interest, will add relevance to mission requirements and the offeror has a reasonable chance for a competitive award based on subsequent evaluation of the offeror's full proposal. Those offerors invited to submit a proposal shall submit the proposal in two volume's, each volume shall be on a single-sided, double-spaced pages; font to be not smaller than 12 point; 1'' margins left/right/top/bottom. Ten (10) copies of each proposal shall be submitted to Cpt Shnider at the address listed above and must reference BAA 96-4 for the associated technology category. Volume I shall be the technical portion and shall include an Executive Summary, Technical Approaches, description of relevant prior work, a work program plan including a statement of work, milestone charts, a facilities and equipment description, and a management plan. This volume shall be limited to 50 pages including all figures, tables, foldouts, an charts, All paragraphs containing proprietary information shall be clearly marked. Volume II shall contain all cost/price information with supporting data (cost data should be provided IAW Appendix A of the Proposer Information Pamphlet). The breakdown shall include materials, direct labor, indirect costs and other direct costs such as special test equipment or travel. Offerors shall provide exhibits as necessary to substantiate the elements. The basis for developing the cost estimate e.g., vendor quotes, invoice prices etc. must be included. Subcontract Costs: Identify type of contract used (cost reimbursement, fixed price, etc.) whether or not subcontract was awarded competitively and if noncompetitive, rational to justify the absence of competition. The offeror's cost or pricing data from the subcontractor, if proposed price exceeds $500,000. Forecast expenditures for travel with a brief explanation that identifies destination, purpose of trip, number of days. Cost of consultant services, if any, showing number of days, daily rates and estimated travel and per diem costs. The Government reserves the right to include Federally-Contracted Research Center (FCRC) or Federally-Funded Research and Development Center (FFRDC) personnel as members of the evaluation teams for white papers and proposals. Sources for research will be selected by a formal technical/scientific/business decision review process. All selected proposals may not be funded due to budgetary or program constraints. Offerors shall include a statement authorizing review of the concept by FCRC/FFRDC personnel. Both white papers and invited proposals will be evaluated with respect to the following criteria in descending order of importance: (1) The Offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposed objectives; (2) The qualifications, capabilities, and experience of the proposed principal investigator, team member or key personnel who are critical to achieving the proposed objectives; and (3) Realism of proposed cost. Multiple awards may result form the BAA. The number of proposals funded will depend upon the technical merit of proposals received and available funding. Government laboratories are not prohibited from competing under this BAA. There will be no formal Request for Proposals or other solicitation with regard to the BAA, nor does the issuance of the BAA obligate the Government to fund any subsequently invited proposals, nor pay any proposal preparation costs. All responsible sources capable of satisfying the Government's needs may submit a proposal which shall be considered. Although no portion of this announcement is set aside for historically black colleges and universities (HBCU's) or minority institutions (MI's) participation, proposals are invited from all sources. All interested offerors shall request a copy of the proposer information pamphlet from the Directorate of Contracting, P.O. Box 12748, Attn: ATZS-DKO-I (William DeGiovanni), Fort Huachuca, AZ 85670-2748. Interested offerors may also fax their requests to (520) 538-0415. This notice constitutes a BAA as authorized by FAR 6.102(d)(2)(I). This BAA will be open through August 31, 1997. (242)

Loren Data Corp. http://www.ld.com (SYN# 0003 19960903\A-0003.SOL)


A - Research and Development Index Page