Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1997 PSA#1773

Defense Supply Service-Washington, Rm 1D245, The Pentagon, Washington, DC 20310- 5200

A -- BROAD AGENCY ANNOUNCEMENT/NEW AND MORE EFFECTIVE FIRE- SUPPRESSION TECHNOLOGIES THAT ARE PRESENTLY CONCEPTUAL -- 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 newconcepts for new and more effective fire suppression technologies. [NOTE: In addition to this BAA, proposals will be also be solicited with the government.] BACK- GROUND: Halon 1301, used for fire extinguishment and explosion suppression applications in fielded weapon systems and mission-critical facilities, has been banned from national production due to its high ozone- depleting potential. Alternatives developed by industry to date have sizable weight and volume penalties, and their application to fielded current weapons systems could require expending large amounts of funding and time. Consequently, the DoD has embarked on an aggressive new R&D program -- the Next-Generation Fire Suppression Technology Program (NGP) -- under the technical direction and oversight of the Office of the Director, Defense Research and Engineering/Advanced Technology (ODDR&E/AT). The NGP goal is to develop and demonstrate, by 2004, retrofitable, economically feasible, environmentally-friendly and user-safe processes, techniques, and fluids that meet the operational requirements currently satisfied by halon 1301 systems in aircraft, ships, land combat vehicles, and critical mission support facilities. The results will be specifically applicable to fielded weapons systems, and will provide dual- usefire suppression technologies for preserving both life and operational assets. Successful candidates must perform satisfactorily in tests for a wide variety of properties, including those reviewed by the Environmental Protection Agency (EPA). An initial survey of fires for which the DoD currently uses halon 1301 shows an extremely broad range of fire conditions and several distinct hazards to be avoided. The Military Departments and other participating government agencies will conduct research projects within the NGP, and proposals accepted from industryor academia for NGP research projects will be incorporated into these programs. Additional information on the NGP, including preliminary information about the types of fires to be suppressed, may be found on the Internet Web site http://www.dtic.mil/ddre/, under Science and Technology 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 and Technology (NIST), e-mail (preferred): rggann@nist.gov, phone: (301) 975-6866; fax: (301) 975-4052. BAA OBJECTIVE: To introduce new and innovative approaches to fire suppressionat the onset of the NGP. RATIONALE: There are certainly additional and diverse ideas fornewfire suppressants or processes that will make fire suppression chemicals more effective. Thepurpose of this solicitatio nis to identify the best of these and prusue them to the point of proof-of-concept. APPROACH: Successful proposals will receive up to 1-year support (to includeproof-of-concept demonstration). Successful results iwll be referred to government testingfacilities, and there will be continued support for those with promise. PRODUCTS: Documentednew classes of high efficiency fire extinguishing agents and technologies. SERDP Program Office Resources: $600K in FY 1998; estimated additional funding (costsharing) from performing organizations: colleges/universities and small business firms-10% oftotal request: all others-33% of total request. SUBMISSIONS: Offerers are encourages tosubmit concise, but descriptive, proposals. Proposals for FY 1998 contract awards will beaccepted until 4:00 PM EST on April 11, 1997. The Proposal, including the original signedcopy, five additional copies, and one copy on a 3 1/2" diskette (DOS-formatted, MSWord 6.0 orlower, or WordPerfect) all referencing BAA ##-## and must be submitted to: Brenda J. Batch,Administrative Officer, SERDP Program Office, 901 North Stuart Street, Suite 303, Arlington,VA 22203, TEL (703) 696-2123; FAX: (703) 696-2114. All technical questions concerningthis BAA should be addressed to Dr. Richard G. Gann. PROPOSALS SENT BY FAX OR E-MAIL WILL BE REJECTED. Proposals will be selected through a technical/scientific/businessdecision process with technical and scientific considerations being most important. The primarybasis for selecting proposals shall be technical, importance to the NGP and funds availability. Individual proposal evaluations will also consider the acceptability or non-acceptability withoutregard to other proposals submitted under the announcement; however, due to budgetaryconstraints, all acceptable proposals may not be funded. No award will be made without aproposal to perform the specific effort within an estimated cost and time framework. Offerers, ifselected, must be willing to cooperate and exchange information in an integrated program withother contractors chosen by the TPM. PROPOSAL CONTENT: Proposals shall be prepared intwo sections, Part I and Part II, and able to be separated for review purposes. Part I shallprovide the technical proposal and management approach, 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 doublespaced, in no less than 11-point size, any font. All margins (top, bottom, left, and right) shall notbe less than 1". The proposal shall address and be relevant to the listed evalation criteria listedherein. In addition, Part I of the proposal shall include: (a) a cover page including BAA number;proposal title; SERDP Log Number; developed by SERDP; submitting organization, office code,and address; Contractor DUNS Number and CAGE Code; Principal Investigator's name, mailingaddress, telephone number, electronic mail address, and facsimile machine number;Administrative/Contracting Representative mailing address, telephone number, electronic mailaddress, and facsimile machine number; total estimated cost and duration; (b) a one-pagesummary of any technical ideas to be pursued and their expected impact on the state of the artand the NGP; (c) a statement of work detailing the scope of the proposed work and specificutilization of subcontractors; (d) a description of results, products, and transferable technologyexpected from the project; (e) a list of the milestones and schedule; (f) a statement of thetechnical rationale that substantiates the schedule and justifies the overall technical approach ofthe proposal; (g) a not-to-exceed-one-page summary of any proprietary claims to results,prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype (if there are not proprietary claims this section shall consist of a statement to that effect); (h) a section describing relevant capabilities, accomplishments, and work 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 brief discussions of total organizations, use of personnel, project/function/subcontractor relationships, government research and facility interface, and planning, scheduling and control practices. Part I must 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 to figures that directly support items discussed in the text of the proposal. If items are included in the 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 the maximum number of pages will not be penalized. PART II of the proposal is not page limited, but should be very concise and address the elements listed below and in Appendix A to this BAA. A one-page summary will be included. Tabs, table of contents, introduction/executive summary are neither required nor desired. Costs shall be supported by detailed breakdownsof labor hours by labor 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 be provided. Details of any cost sharing to be undertaken by the Offerer should also be included in the cost section. [See APPENDIX A of this BAA for additional requirements and amplifying information concerning preparation of Part II cost data.] ABSTRACT: Offerers, either individual or teamed, are strongly encouraged to submit a two-page abstract of their proposed work to preclude unwarranted effort (a) on the part of an Offerer in preparing a full proposal and (b) on the part of the government, in reviewing one. Page one shall be a title page clearly labeled PROPOSAL ABSTRACT and including this BAA number, proposal title, plus Offerers administrative and technical points of contact along with mailing addresses, telephone and facsimile numbers, e-mail addresses, and the signature of an authorized officer. The second page should include a summary of the technical ideas proposed and their anticipated deliverables, and total cost. The abstract shall be on 8.5 x 11 inch paper, with one and one-half line spacing or double spaced, in at least 11-point type, any font. All margins (top, bottom, left, and right) shall not be less than 1". The original and one copy of each abstract shall be received no later than February 21, 1997, by: Brenda J. Batch, Administrative Officer, SERDP Program Office, 901 North 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 be performed 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 and impact 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 proposed objectives; and (4) the appropriateness and cost realism of the budget for accomplishing the work proposed under this BAA. Proposals will be evaluated and ranked by a Selection/Peer Review Panel chaired by the NGP TPM. The primary basis for selecting proposals for acceptance shall be technical importance to the NGP and funds availability. The Panel is composed of members of the NGP Technical Coordinating Committee, the SERDP Pollution Prevention Technical Thrust Area Working Group (PP/TTAWG), and/or other selected reviewers as needed by the Chairman. The Panel and the PP/TTAWG will recommend to the SERDP Executive Director, through the Halon Alternatives R&D Steering Group (HASG), a subset of the acceptable proposals for award which will construct a balanced program meeting the NGP needs. These recommended proposals will then be reviewed by the SERDP Scientific Advisory Board (SAB). The mission of the SAB is to review all proposed SERDP funded projects and make appropriate recommendations to the SERDP 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 SERDP Council, which will approve the proposal within a reasonable period of time after receipt in an effort 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 within a 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's Technical Representative (COTR) for each contract, as recommended by the NGP TPM. It is the policy of the SERDP Program Office and the DSSW Contracts Office to treat all proposals as competitive and proprietary information and to disclose the contents only for the purpose of evaluation. The Government may use selected support contractor personnel as special resources to assist in administering the evaluation of the proposals. These persons are restricted by their contracts from disclosing the proposal information or usingit for other than performing their assigned administrative task. Contractor personnel are required to sign non-disclosure statements. By submission of your proposal, you agree that your proposal information may be disclosed to these selected contractors for the limited purpose stated above. Any information submitted with you proposal that you do not consent to limited release to these contractors must be clearly marked and submitted segregated from other proposal material. This announcement constitutes a Broad Agency Announcement as contemplated in FAR 6.102(d)(2). There will be no formal request for proposals or other solicitations outside the Government regarding this announcement. The Government reserves the right to select for award all, some, or none of the proposals 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 sources may 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 in submitting proposals; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of NGP technology for exclusive competition among these entities. (0028)

Loren Data Corp. http://www.ld.com (SYN# 0003 19970131\A-0003.SOL)


A - Research and Development Index Page