|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1998 PSA#2120Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd.,
West Bethesda, MD 20817-5700 A -- BOARD AGENCY ANNOUNCEMENT IN THE AREA OF US MARINE CORPS MANEUVER
AND LOGISTICS TRANSPORTATION SOL N00167-98-BAA-0061 DUE 072098 POC
Contract Specialist, Gail Meiklejohn Zois, 301-227-5759 and Contracting
Officer, Faith L. Ferris, 301-227-3602 BROAD AGENCY ANNOUNCEMENT (BAA)
IN THE AREA OF US MARINE CORPS MANEUVER AND LOGISTICS TRANSPORTATION
SOL N00167 98 BAA 0061 The Naval Surface Warfare Center Carderock
Division (NSWCCD), as MANEUVER IMPERATIVE TECHNICAL AGENCY for the USMC
Science and Technology Program is soliciting proposals for technologies
and systems engineering applicable to mobile power fuel cells (diesel
and JP8 fueled). This program aims to perform technical demonstration
to assess the feasibility of advanced systems and technology, which can
provide an increase to the overall capabilities of the Marine Corps.
The Marine Corps Vehicles and Expeditionary Systems Department of
NSWCCD, as technical agent to the Marine Corps Systems Command,
Amphibious Warfare Technology Directorate, expects to make one contract
award. In addition, the Government also reserves the right to enter
into other types of contractual arrangements such as Cooperative
Research and Development Agreements (CRADAs) to identify and
demonstrate advanced technology and improved capabilities. PROPOSALS
for the following topic area are being sought: System development and
demonstration within 24 months of a fuel cell that provides 2 kilowatts
continuous electrical power (110 VAC and 28 VDC output) at 105 degrees
Fahrenheit ambient temperature condition. The fuel cell shall be
capable of operating on diesel fuel (DF-2) or JP-8 fuel. The fuel cell
shall be of adequate dimensions (wet condition) that four notional
units could be transportable within a trailer towed by a HMMWV tactical
truck. The fuel cell, within a notional 6 month operating period for
500 hours of operation, shall have no logistical burden other than
fuel.Interested parties should present full proposals in response to
this announcement. Each proposal shall include: 1.) technical approach
which shall address, as a minimum, system efficiency, weight, size,
safety, degree of self containment, fuel compatability, and start-up
time; 2.) proposed program plan that includes a scope of effort,
deliverables, & discusses the capabilities, related experience,
facilities, and qualifications of key personnel; 3.) cost estimate and
rationale (to include all information discussed in "GENERAL
INFORMATION AND EVALUATION CRITERIA"), and 4.) Period of performance
necessary to meet objectives. Proposals shall not exceed 25 pages,
including graphics, but excluding cost data. Format shall be: 8.5 by 11
inch paper, single spaced, type size no smaller than 10 point
(including type in graphics and charts), and printed on one side with
sequentially numbered pages. An original and 3 copies of each
submission shall be submitted. This Broad Agency Announcement shall
remain open for 30 days from initial release, and proposals should be
submitted by 20 July to be considered for award. Only unclassified
proposals shall be submitted to NSWCCD, Code 3323, Gail Meiklejohn
Zois, 9500 MacArthur Blvd., West Bethesda, MD 20817-5700. Submitters of
proposals found to be consistent with the intent of this announcement
may be contacted and contract negotiations will be entered into. NSWCCD
will respond in writing indicating whether additional information is
requested and the date due. NSWCCD intends to award by early first
quarter FY99. GENERAL INFORMATION AND EVALUATION CRITERIA: Proposals
will be evaluated by a scientific peer review process for technical
merit, weighing the potential benefit of meeting USMC goals and needs.
Proposals will also be evaluated for cost, terms, and qualifications
of the offerer. Any proposals over $2.5 million will not be considered.
Cost will be evaluated for reasonableness in conjunction with technical
merit, however, the primary basis for selecting proposals for
acceptance will be technical importance to agency programs and funding
availability. The cost estimate submitted with the proposal must
address the following cost and delivery data: 1) Direct Labor -- The
offerer shall provide the estimated number of man-hours required in
each direct labor category and the proposed or established labor rates.
2) Delivery—The proposed completion date shall be provided. 3)
Direct Costs -- The contractor shall address direct material (provide
vendor quotes, past history, engineering estimate), transportation, per
diem, consultant, and any other support costs if applicable. 4)
Indirect Costs -- Indicate how offerer has applied costs when
applicable. 5) Subcontracting -- The offerer shall provide all
subcontractor selection information in accordance with FAR 44.202-2. In
addition, the contractor shall provide the dollar amount and type of
any proposed subcontract, as well as a complete cost estimate
containing cost and delivery data as required in the preceding
paragraphs (1-4). 6) Total Costs -- Summary of total costs. There shall
be NO FORMAL RFP. The Government reserves the right to select for
award, any, part of, all, or none of the proposals received. This BAA
is an expression of interest only and does not commit the Government to
pay for any proposal costs related to this announcement. Offerers are
advisedthat only the Contracting Officer is legally authorized to
commit the Government to a contract. Evaluation of each submission will
be performed using the following criteria listed in descending order of
importance: 1.) Technical approach and overall operational and
technical merit; particularly system efficiency, weight, size, safety,
degree of self containment, and start-up time; 2.) potential for the
offerer's concept to meet desired capabilities and needs; 3.) the
offerer's capabilities, related experience, facilities, techniques or
unique combination of these which are integral factors for achieving
the proposed objectives; 4.) the qualifications, capabilities, and
experience of the proposed key personnel who will be assigned to carry
out the program tasks; and 5.) realism of proposed costs. Interested
parties should provide address information to the contractual POC
listed below in order to be included on the mailing list for any
supplemental packages or amendments. Any questions regarding this BAA
may be submitted to the following persons: Contractual: Gail Meiklejohn
Zois, meiklejohngd@crbesmtp.dt.navy.mil, (301) 227-5759, fax: (301) 227
3638. Technical: Mike Byerly, byerlyms@crbesmtp.dt.navy.mil, (301) 227
4221, fax: (301) 227 4389. (0168) Loren Data Corp. http://www.ld.com (SYN# 0016 19980619\A-0016.SOL)
A - Research and Development Index Page
|
|