|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772Defense Supply Service-Washington, Rm 1D245, The Pentagon, Washington,
DC 20310- 5200 A -- BROAD AGENCY ANNOUNCEMENT/POWDER-MATRIX SYSTEMS -- PART 1 OF 2
DUE 041197 POC Contact Ms. Sally Williams, Contract Specialist (703)
693-5017, Contracting Officer, Joyce Rose (703) 695-2564 BROAD AGENCY
ANNOUNCEMENT -- The Executive Director, Strategic Environmental
Research and Development Program (SERDP) is soliciting proposals to
identify and test powder-matrix systems as new and more effective fire
suppression technologies. [NOTE: In addition tothis BAA, proposals
will be also be solicited with the government.] BACK- GROUND:
Halon1301, used for fire extinguishment and explosion suppression
applications in fielded weaponsystems and mission-critical facilities,
has been banned from national production due to its highozone-
depleting potential. Alternatives developed by industry to date have
sizable weight andvolume penalties, and their application to fielded
current weapons systems could requireexpending large amounts of funding
and time. Consequently, the DoD has embarked on anaggressive new R&D
program -- the Next-Generation Fire Suppression Technology Program(NGP)
-- under the technical direction and oversight of the Office of the
Director, DefenseResearch and Engineering/Advanced Technology
(ODDR&E/AT). The NGP goal is to developand demonstrate, by 2004,
retrofitable, economically feasible, environmentally-friendly and user-
safe processes, techniques, and fluids that meet the operational
requirements currently satisfiedby halon 1301 systems in aircraft,
ships, land combat vehicles, and critical mission supportfacilities.
The results will be specifically applicable to fielded weapons systems,
and will providedual-use fire suppression technologies for preserving
both life and operational assets. Successfulcandidates must perform
satisfactorily in tests for a wide variety of properties, including
thosereviewed by the Environmental Protection Agency (EPA). An initial
survey of fires for which theDoD currently uses halon 1301 shows an
extremely broad range of fire conditions and severaldistinct hazards to
be avoided. The Military Departments and other participating
governmentagencies will conduct research projects within the NGP, and
proposals accepted from industry oracademia for NGP research projects
will be incorporated into these programs. Additionalinformation on the
NGP, including preliminary information about the types of fires to
besuppressed, may be found on the Internet Web site
http://www.dtic.mil/ddre/, under Science andTechnology Programs, at
document titled The Next-Generation Fire Suppression Technology:
Strategy for a National Program, dated July 1996. The NGP Technical
Point of Contact is Dr.Richard G. Gann, Technical Program Manager
(TPM), NGP, National Institute of Standards andTechnology (NIST),
e-mail (preferred): rggann@nist.gov, phone: (301) 975-6866; fax:
(301)975-4052. BAA OBJECTIVE: To investigate the concept of an agent
dissolved in an inertpolymeric or inorganic matrix with the specific
property that the agent will be released rapidly at atemperature near
or below the ignition point of the combustible mixture. To meet this
objective,during the first year the principal investigator (PI) should
identify potential substrates anddetermine how much agent a given
particle can hold, using experiences from e.g., gaschromatography
matrixes. If further work is warranted, the PI should develop surface
treatmentsthat would increase holding capacity and increase the release
temperature and evaluate thepotential for using polymer substrates --
including building the suppressant into the polymer itself.The PI
should determine how rapidly the agent can be released through heat and
mass transfercalculations with experimental verification and work with
the EPA to ensure consideration ofenvironmental concerns. Chemicals
must be tested for effectiveness and compatibility usingmethods
described under NGP Thrust 3 -- Technology Testing Methodologies --
[See NGP WebSite or Contact the NGP Technical Point of Contact] to
select, adapt, and develop test methodsand instrumentation to obtain
data on the effectiveness and properties of new suppressionapproaches.
PRODUCTS: The outcome of work under this Element will be a new
approach,with a list of specific chemicals, for efficiently suppressing
fires in fielded weapon systems wherecleanliness is not essential.
BACKGROUND: Many possible fire suppressants cannot be used incurrent
weapon systems due to their atmospheric consequences or toxic
properties. Further, inany fire situation, much more of the suppressant
is used than is needed to put out a fire. Thisapproach would only
release the amount of chemical needed to quench the fire and then only
inthe immediate vicinity of the flames. This Research Element would
not be pursued beyond thepilot stage if the results of Element 1.a
negate the use of agents that leave residues.SERDP Program Office
Resources: The Government estimate of the cost and time to meet
therequirements of this Element is $700,000 over three years, with an
estimated first year cost of$100,000. Proposers should not consider
these estimates to be either minimums or maximums;they are provided
only as estimates around which reasonable proposals may be developed.
Itshould be understood, also, that the government reserves the right to
fund more than oneproposal either to meet this requirement fully or to
pursue more than one innovative approach; thereasonable total cost of
which might be more or less than the government estimate.
Thegovernment will consider proposals which offer technical or cost
advantages but only meet partialtechnical requirements in this BAA.
Estimated additional funding (cost sharing) from
performingorganizations: colleges/universities and small business
firms- 10% of total request: all others-33%of total request.
SUBMISSIONS: Offerers are encourages to submit concise, but
descriptive,proposals. Proposals for FY 1998 contract awards will be
accepted until 4:00 PM EST on April11, 1997. The Proposal, including
the original signed copy, five additional copies, and one copyon a 3
1/2" diskette (DOS-formatted, MSWord 6.0 or lower, or WordPerfect) all
referencingBAA ##-## and must be submitted to: Brenda J. Batch,
Administrative Officer, SERDP ProgramOffice, 901 North Stuart Street,
Suite 303, Arlington, VA 22203, TEL (703) 696-2123; FAX: (703)
696-2114. All technical questions concerning this BAA should be
addressed to Dr. RichardG. Gann. PROPOSALS SENT BY FAX OR E-MAIL WILL
BE REJECTED. Proposals will beselected through a
technical/scientific/business decision process with technical and
scientificconsiderations being most important. The primary basis for
selecting proposals shall be technical,importance to agency programs
and funds availability. Individual proposal evaluations will
alsoconsider the acceptability or non-acceptability without regard to
other proposals submitted under the announcement; however, due to
budgetary constraints, all acceptable proposals may not befunded. No
award will be made without a proposal to perform the specific effort
within anestimated cost and time framework. Offerers, if selected, must
be willing to cooperate andexchange information in an integrated
program with other contractors chosen by the TPM.PROPOSAL CONTENT:
Proposals shall be prepared in two sections, Part I and Part II, and
ableto be separated for review purposes. Part I shall provide the
technical proposal and managementapproach, and Part II shall address
costs. Proposals shall be prepared on 8.5 x 11 inch paper, with one and
one-half line spacing or double spaced, in no less than 11-point size,
any font. Allmargins (top, bottom, left, and right) shall not be less
than 1". The proposal shall address and berelevant to the listed
evalation criteria listed herein. In addition, Part I of the proposal
shallinclude: (a) a cover page including BAA number; proposal title;
SERDP Log Number; developedby SERDP; submitting organization, office
code, and address; Contractor DUNS Number andCAGE Code; Principal
Investigator's name, mailing address, telephone number, electronic
mailaddress, and facsimile machine number; Administrative/Contracting
Representative mailingaddress, telephone number, electronic mail
address, and facsimile machine number; total estimatedcost and
duration; (b) a one-page summary of any technical ideas to bepursued
and theirexpected impact on the state of the art and the NGP; (c) a
statement of work detailing the scopeof the proposed work and specific
utilization of subcontractors; (d) a description of results,products,
and transferable technology expected from the project; (e) a list of
the milestones andschedule; (f) a statement of the technical rationale
that substantiates the schedule and justifies theoverall technical
approach of the proposal; (g) a not-to-exceed-one-page summary of
anyproprietary claims to results, prototypes, or systems supporting
and/or necessary for the use ofthe research, results, and/or prototype
(if there are not proprietary claims this section shall consistof a
statement to that effect); (h) a section describing relevant
capabilities, accomplishments, andwork in these or closely related
areas along with the qualifications of proposed subcontractors; (i)a
management plan describing the overall approach to management of this
effort, including briefdiscussions of total organizations, use of
personnel, project/function/subcontractor relationships,government
research and facility interface, and planning, scheduling and control
practices. Part Imust be no longer than 15 pages (not including the
cover page, appendices or curriculum vitae).Foldouts shall be counted
as a single page. The contents of the appendices shall be limited
tofigures that directly support items discussed in the text of the
proposal. If items are included inthe appendices which are not covered
in the basic proposal, the proposal may not be reviewed. Proposals
with Part I in excess of 15 pages may not be reviewed. Proposals of
fewer than themaximum number of pages will not be penalized. PART II of
the proposal is not page limited, butshould be very concise and address
the elements listed below and in Appendix A to this BAA. Aone-page
summary will be included. Tabs, table of contents,
introduction/executive summary areneither required nor desired. Costs
shall be supported by detailed breakdowns of labor hours bylabor
category and tasks/subtasks, materials, travel, computer and other
direct and indirect costs. An explanation of any estimating factors,
including their derivation and application shall beprovided. Details of
any cost sharing to be undertaken by the Offerer should also be
includedin the cost section. [See APPENDIX A of this BAA for additional
requirements and amplifyinginformation concerning preparation of Part
II cost data.] ABSTRACT: Offerers, either individualor teamed, are
strongly encouraged to submit a two-page abstract of their proposed
work topreclude unwarranted effort (a) on the part of an Offerer in
preparing a full proposal and (b) onthe part of the government, in
reviewing one. Page one shall be a title page clearly labeledPROPOSAL
ABSTRACT and including this BAA number, proposal title, plus
Offerersadministrative and technical points of contact along with
mailing addresses, telephone andfacsimile numbers, e-mail addresses,
and the signature of an authorized officer. The second pageshould
include a summary of the technical ideas proposed and their anticipated
deliverables, andtotal cost. The abstract shall be on 8.5 x 11 inch
paper, with one and one-half line spacing ordouble spaced, in at least
11-point type, any font. All margins (top, bottom, left, and right)
shallnot be less than 1". The original and one copy of each abstract
shall be received no later thanFebruary 21, 1997, by: Brenda J. Batch,
Administrative Officer, SERDP Program Office, 901North Stuart Street,
Suite 303, Arlington, Virginia 22203, TEL: 703-696-2123; FAX:
703-696-2114. A copy of the abstract should also be sent -- preferably
by e-mail -- to the Technical Pointof Contact, Dr. Richard G. Gann, by
the same date. An abstract is not a requirement forsubmission or
selection of a proposal. Any Offerer whose abstract is found to be
consistent withthe intent of this BAA will be invited by February 28,
1997, to submit a full technical and costproposal. Such an invitation
does not assure subsequent contract award. Regardless of
therecommendation, the decision to submit or not submit a proposal is
the responsibility of theOfferer. EVALUATION/AWARD PROCESS: Evaluation
of the abstracts and proposals will beperformed using the following
criteria, listed in descending order of relative importance:
(1)technical quality and originality of the proposed research; (2)
relevance to the NGP goal andimpact on the goal if successful; and (3)
The Offerers capabilities, related experience, facilities,techniques,
or unique combinations thereof, which are integral factors for
achieving the proposedobjectives; and (4) the appropriateness and cost
realism of the budget for accomplishing the workproposed under this
BAA. Proposals will be evaluated and ranked by a Selection/Peer
ReviewPanel chaired by the NGP TPM. The primary basis for selecting
proposals for acceptance shall betechnical importance to the NGP and
funds availability. The Panel is composed of members of theNGP
Technical Coordinating Committee, the SERDP Pollution Prevention
Technical Thrust AreaWorking Group (PP/TTAWG), and/or other selected
reviewers as needed by the Chairman. ThePanel and the PP/TTAWG will
recommend to the SERDP Executive Director, through the
HalonAlternatives R&D Steering Group (HASG), a subset of the acceptable
proposals for award whichwill construct a balanced program meeting the
NGP needs. These recommended proposals willthen be reviewed by the
SERDP Scientific Advisory Board (SAB). The mission of the SAB is
toreview all proposed SERDP funded projects and make appropriate
recommendations to theSERDP Council on technical merit and funding. The
TPM will make a concise (30 minute)presentation of the proposals to the
SAB, usually in the Washington, D.C., metropolitan area.Principal
investigators of the recommended projects may attend, as coordinated
with the TPM,who will provide specific guidance for this presentation,
including date, time, and location. Contract award selections will be
recommended by the SERDP Executive Director to the SERDPCouncil, which
will approve the proposal within a reasonable period of time after
receipt in aneffort to incorporate the work in to the NGP. The Defense
Supply Service -- Washington(DSSW) Contracts Office, the contracting
agency for the NGP, will make contract awards withina reasonable period
of time. The DSS-W point of contact is Ms. Sally Williams, telephone
(703)693-5017. A Military Department of NIST official will be
designated a Contracting Officer'sTechnical Representative (COTR) for
each contract, as recommended by the NGP TPM. It is thepolicy of the
SERDP Program Office and the DSSW Contracts Office to treat all
proposals ascompetitive and proprietary information and to disclose the
contents only for the purpose ofevaluation. The Government may use
selected support contractor personnel as special resourcesto assist in
administering the evaluation of the proposals. These persons are
restricted by theircontracts from disclosing the proposal information
or using it for other than performing theirassigned administrative
task. Contractor personnel are required to sign
non-disclosurestatements. By submission of your proposal, you agree
that your proposal information may bedisclosed to these selected
contractors for the limited purpose stated above. Any
informationsubmitted with you proposal that you do not consent to
limited release to these contractors mustbe clearly marked and
submitted segregated from other proposal material. This
announcementconstitutes a Broad Agency Announcement as contemplated in
FAR 6.102(d)(2). There will beno formal request for proposals or other
solicitations outside the Government regarding thisannouncement. The
Government reserves the right to select for award all, some, or none of
theproposals received in response to this announcement. The provisions
of DFARS subpart 227.71,Rights in Technical Data, will apply to any
award issued under this BAA. All responsible sourcesmay submit a
proposal which shall be considered. Historical Black Colleges and
Universities(HBCU) and Minority Institutions (MI) are encouraged to
submit proposals and join others insubmitting proposals; however, no
portion of this BAA will be set aside for HBCU and MIparticipation due
to the impracticality of reserving discrete or severable areas of NGP
technologyfor exclusive competition among these entities. (0028) Loren Data Corp. http://www.ld.com (SYN# 0011 19970130\A-0011.SOL)
A - Research and Development Index Page
|
|