|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1998 PSA#2004Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245,
Washington, DC 20310-5200 A -- BROAD AGENCY ANNOUNCEMENT NEXT GENERATION FIRE SUPPRESSION
TECHNOLOGY DUE 020698 POC Sally Williams, Contract Specialist (703)
693-5017; Joyce Rose, Contracting Officer 695-2562 WEB: Defense Supply
Service-Washington, http://www/hqda.army.mil/dssw. E-MAIL: Defense
Supply Servi ce -- Washington, willism@hqda.army.mil. Broad Agency
Announcement -- The Executive Director, Strategic Environmental
Research and Development Program (SERDP) is soliciting proposals under
NGP Research Element 4.d (BAA #99-01) to identify and test new
concepts for new and more effective fire suppression technologies, and
proposals under NGP Research Element 5.e (BAA #99-02) for enhanced
powder panel fire suppression technologies. Background: 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
weapon 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 ofthe 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 weapon systems
and will provide dual-use fire 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 industry or 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 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. DSS-W Point of Contact is Ms. Sally Williams (703) 693-5017.
Both BAA's may also be accessed on the DSS-W homepage: The address is:
http://www.hqda/mil/dssw BAA OBJECTIVE, RESEARCH ELEMENT 4D: To
introduce new and innovative approaches to fire suppression in current
weapon systems at the onset of the NGP. The NGP will provideup to
1-year support for worthy proposals (to include proof-of-concept
demonstration) and continue support for those with promise. PAYOFF: The
expected outcome of work under this Element will be new classes of high
efficiency fire extinguishing agents and technologies and new concepts
having application to current weapon systems and that will broaden the
range of fire suppression approaches considered under the NGP.
BACKGROUND: There are additional and diverse new ideas that merit
screening. Subject to the boundaries set as a result of findings under
Appendix A of the NGP Strategy Document, the best of these should be
examined to see if further research is needed to develop their full
potential for the Program. ESTIMATED COST AND DURATION OF PROPOSED
WORK. The government estimate of the cost and time to meet the
requirement of this BAA is $500,000 for one year. It is expected that
the funding will be allocated to about 5 projects. BAA OBJECTIVE,
RESEARCH ELEMENT 5E: To advance protection against penetratingshells in
those weapons systems where halon 1301 is currently used in conjunction
with powder panels. PAYOFF: The expected outcome of work under this
Element will be enhanced versions of current powder panel technologies.
BACKGROUND. Powder panels provide passive, lightweight, effective fire
protection against ballistic impact, releasing powder into the fire
zone to inert the space before the adjoining fuel spills into the space
and is ignited by incendiaries. Preliminary results with simple powders
have been impressive. Cleanup remains a concern. Powder panels add
weight based upon the surface area of the fuel wall/fire zone
interface, as opposed to the volume of the fire zone, so the relative
benefit of the panels are dependent upon the configuration of the
particular bay. Testing of conventional panels showed promise for final
implementation, but they are in essence the same design that has
existed for decades. ESTIMATED COST AND DURATION OF PROPOSED WORK. The
government estimate of the cost and time to meet the requirements of
this Element is $600,000 over three years, with an estimated first year
cost of $200,000. During the first year, the proposer should identify
the types of enhancements and demonstrate both their effectiveness
(proof-of-concept) and their feasibility for retrofit on current
weapons systems. Estimated funding (cost sharing) from performing
organizations: colleges/ universities and small business firms -- 10%
of total request; all others -- 33% of total request. SUBMISSIONS:
Offerers are encouraged to submit concise, but descriptive, proposals.
Proposals for FY 1999 contract awards will be accepted until 4:00 PM
EST on 20 March 1998. The proposal, including the original signed copy,
five additional copies, and one copy on a 3 " diskette (DOS-formatted,
with text in a convertible word processor), all referencing BAA ##-##
and must be submitted to: 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. All technical
questions concerning this 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/business decision process
with technical and scientific considerations being most important.
Individual proposal evaluations will be based on the evaluation
criteria without regard to other proposals submitted under the
announcement; however, due to budgetary constraints, all acceptable
proposals may not be funded. No award will be made without a proposal
to perform the specific effort within an estimated cost and time
framework. Offerers, if selected, must be willing to cooperate and
exchange information in an integrated program with other contractors
chosen by the TPM. PROPOSAL CONTENT: Proposals shall consist of two
separate parts. Part I shall provide the technical proposal and
management approach, and Part II shall address costs. The proposals
shall be prepared on 8.5 x 11 inch paper, with one and one-half line
spacing or double spaced, in at least 10-point type. Part I of the
proposal should, as a minimum, describe the proposed concept
thoroughly. This should include naming the proposed chemical(s) or
technology, indicating why there is reason to believe it will be
effective, and showing the types of fires for which its use is
suggested. In addition, the document should describe the experiments
proposed to obtain the proof of concept and the criteria for success,
and the performance schedule. In particular, Part I of the proposal
shall include: (a) a cover page including BAA number, proposal title,
technical and administrative points of contact including mailing
addresses, telephone numbers, electronic mail addresses, and facsimile
machine numbers; (b) a one-page summary identifying any technical
ideas to be pursued and their expected impact on the state of the art
and the NGP; (c) a statement of work, detailing the scope of 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 and schedule; (f) a
statement of the technical rationale that substantiates the schedule
and justifies the overall technical approach of the 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 no 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 10 pages in length, including up to one appendix for figures.
Foldouts shall be counted as a single page. The contents of the
appendix shall be limited to figures that directly support items
discussed in the text of the proposal. If items are included in the
appendix which are not covered in the basic proposal, the proposal may
not be reviewed. Proposals with Part I in excess of 10 pages may not
be reviewed. Proposals of fewer than the maximum number of pages will
not be penalized. Part II of the proposal shall be no longer than 10
pages and shall include a one page summary. Costs shall be supported by
detailed breakdowns of 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 Offerer
s 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
10-point type. The original and one copy of each abstract shall be
received no later than February 6, 1998, by: the SERDP Program Office,
901 North Stuart Street, Suite 303, Arlington, Virginia 22203, TEL:
703-696-2117; FAX: 703-696-2114. A copy of the abstract should also be
sent -- preferably by e-mail -- to the Technical Point of Contact, Dr.
Richard G. Gann, by the same date. An abstract is not a requirement for
submission or selection of a proposal. Any Offerer whose abstract is
found to be consistent with the intent of this BAA will be invited by
February 20, 1998, to submit a full technical and cost proposal. Such
an invitation does not assure subsequent contract award. Regardless of
the recommendation, the decision to submit or not submit a proposal is
the responsibility of the Offerer. Any Offeror at their election can
submit a proposal regardless of whether they are invited to submit a
proposal. 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; (3) the Offeror's 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 Scientific/Peer Review Panel. The primary
basis for selecting proposals for acceptance shall be technical
importance to the NGP and funds availability. The Government shall use
selected support contractor personnel (Gamboa International
Corporation, 3920 Oak Street, Fairfax, VA 22030) 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 using it for other than performing their assigned
administrative tasks. Contractor personnel are required to sign
non-disclosure statements. By submission of your proposal, you agree
that your proposal information may be disclosed to the abovementioned
contractor for the limited purpose state above. Any information
submitted with your proposal that you do not consent to limited release
to the above referenced contractor must be clearly marked and submitted
segrated 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. 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.
ADDITIONAL REQUIREMENTS AND AMPLIFYING INFORMATION CONCERNING
PREPARATION OF PART II COST DATA 1. Cost Estimate: An estimate of the
total research project cost, with a break down of direct and indirect
funds by category and year, must accompany each formal proposal (PART
II). Multiple-year proposals are encouraged to cover the total
estimated duration of the project, as appropriate. Incremental funds
will be provided by SERDP to successful proposers for effort performed
during each Federal fiscal year, given that sufficient funds are
provided to SERDP and the defense requirements indicate that the
research is a continuing priority. Costs proposed must conform with the
following regulations and principles: Commercial firms: Federal
Acquisition Regulations (FAR) Part 31 and Defense FAR Supplement Part
31, Contract Cost Principles and Procedures. Educational Institutions:
OMB Circular A-21, Cost Principles for Educational Institutions, OMB
Circular A-88, Indirect Cost Rates, Audit an Audit Follow-up at
Educational Institutions. Nonprofit Organizations: OMB Circular A-122,
Cost Principles for Nonprofit Organizations, OMB Circular A-133,
Audits of Institutions of Higher Education and Other Nonprofit
Organizations. The cost of preparing proposals in response to this BAA
is not considered an allowable direct charge to any resultant
contract, grant or cooperative agreement. It is, however, an allowable
expense to the bid and proposal indirect cost specified in FAR
31.205-18, and OMB Circulars A-21 and A-122. The budget estimate must
include the following: a. Direct Labor Costs: Show the current and
projected salary amounts in terms of man-hours, man-months or annual
salary to be charged by the PI(s), research associates and assistants,
and the total amount per year to be paid to each from the project.
State the number of man-hours used to calculate a man-month or
man-year. For proposals from universities, the time and amounts to be
charged should be identified by academic year and summer effort. The
proposal must identify the following: 1) The basis for the direct labor
hours or percentage of effort, e.g., historical hours or estimates. 2)
The basis for the direct labor rates or salaries. Labor costs should
be predicated upon actual labor rates or salaries. These estimates may
be adjusted upward for forecast salary or wage cost-of-living
increases that will occur during the contract period. Such COLAs should
not exceed 4%, exclusive of merit increases. The proposal should
separately identify the ratio applied to base salary/wage for
cost-of-living adjustments and merit increases. Each must be fully
explained. b. Fringe Benefits and Indirect Cost Rates (overhead,
general and administrative and other): The most recent rates, dates of
negotiation, the base(s) and periods to which the rates apply must be
disclosed and a statement included to identify whether the proposed
rates are provisional or fixed. A copy of the negotiation memorandum
should be provided. If negotiated forecast rates do not exist,
sufficient detail must be provided to enable a determination that the
costs included in the forecast rate are allocable according to
applicable FAR/DFARS or OMB Circular provisions (see above). Disclosure
should be sufficient to permit a full understanding of the content of
the rate(s) and how it was established. As a minimum, submission should
identify: 1) all individual cost elements included in the forecast
rate(s); 2) the basis used to prorate indirect expenses to cost pools,
if any; 3) how the rate(s) was calculated; and 4) the distribution
basis of the developed rate(s). c. Major Equipment: 1) It is the policy
of the Department of Defense that all commercial and nonprofit
contractors provide the equipment needed to support proposed research.
In those rare cases where specific additional equipment is approved
for commercial and nonprofit organizations, such approved cost elements
shall be "non-fee-bearing." 2) An itemized list of permanent equipment
is required, showing the cost for each item. Permanent equipment is
any article of nonexpendable tangible property having a useful life of
more than two years and an acquisition cost of $500 or more per unit.
The basis for the cost of each item of permanent equipment included in
the budget must be disclosed, such as: a) Vendor Quote: show name of
vendor and number of quotes received and justification if intended
award is to other than lowest bidder. b) Historical Cost: identify
vendor, date of purchase and whether or not cost represented lowest
bid; include reason(s) for not soliciting current quotes. c) Estimate:
included rationale for estimate and reason for not soliciting current
quotes. d) Special test equipment to be fabricated by the contractor
for specific research purposes and its cost. e) Standard equipment to
be acquired and modified to meet specific requirements, including
acquisition and modification costs, listedseparately. f) E (0365) Loren Data Corp. http://www.ld.com (SYN# 0007 19980105\A-0007.SOL)
A - Research and Development Index Page
|
|