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