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