Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1998 PSA#2120

Naval 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