Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Defense Advanced Research Projects Agency (DARPA), Contract Management Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714

A -- ENVIRONMENTAL BIOAGENT DETECTION (EBD) SOL BAA98-31 DUE 100598 POC Dr. Mildred Donlon, DARPA/DSO, fax (703) 696-0218 ENVIRONMENTAL BIOAGENT DETECTION (EBD), BAA98-31, DUE 5 OCTOBER 1998; POC: Dr. Mildred Donlon, DARPA/DSO; URL: http://www.darpa.mil/baa/; fax: 703-696-0218. BACKGROUND: The Defense Advanced Research Projects Agency (DARPA) is soliciting proposals for the development and demonstration of revolutionary detection systems for identifying a broad range of biological warfare agents in the environment that may be encapsulated or bioengineered. DARPA is seeking approaches applicable to detecting a broad range of biological warfare agents/pathogens such as classes of bacteria, viruses, bioregulators, and toxins, including detection of bioengineered/disguised pathogens. Environmental detection is defined as identifying biological samples from the environment, which can be a highly variable background. DARPA is specifically interested in point detection systems that do not use antibodies or genomic DNA requiring Polymerase Chain Reaction (PCR) amplification. The focus of the technologies should be directed at biological detection/identification for military use, especially in urban environments. Technologies may also be useful for countering domestic/civilian terrorism. All aspects of the program are for defensive purposes only. This BAA pertains only to the environmental bioagent detection portion of the DARPA Biological Warfare Defense (BWD) program and excludes cell and tissue-based detectors, decontamination and external protection, consequence management, pathogen countermeasures, and advanced molecular-based diagnostics. OBJECTIVES AND DESCRIPTION: Our national defense against biological warfare agents by necessity will require rapid detection and identification of both known and unknown biological threat-agents. Real-time detection and identification can provide adequate warning of a biological attack that can save many lives by rapidly evacuating affected areas and/or providing timely, effective medical treatment to exposed personnel. This BAA seeks to develop more rapid and robust detection systems with an emphasis on identification methods that do not use liquids or use minimal liquids. The detection devices can be small (hand-held) instruments for individual soldier use or automated, dispersed, remotely placed, and networked. The current identification technology is dependent on time-consuming amplification; for antibodies, the molecular binding event is amplified and for genomic DNA, the DNA molecules themselves are amplified prior to detection. This adds appreciably to the time and complexity required for the identification of the biological agent. Detection should be aimed at high sensitivity and a low false alarm rate (both false positives and false negatives) with minimal sample pretreatment before detection. DARPA is also seeking capabilities for rapidly determining live versus dead bioagents at low concentrations, including samples taken after decontamination procedures have been executed. Proposals should address the development of a complete biological detection/identification system. DARPA encouragesan interdisciplinary approach to achieve this goal; teams are one way of assembling the breadth of expertise required. Projects focused on a single aspect of biodetection will be considered for funding if the proposer is willing to team with others for the development of a complete system. DARPA is seeking proposals for two (2) years of base funding with an option for an additional two (2) years of work (total of four (4) years). HOW TO PROPOSE: Proposers should obtain information and forms provided in the Proposer Information Pamphlet (PIP) BAA98-31 via the World Wide Web URL: http://www.darpa.mil/baa/ (under the DSO Solicitations Web Page) or by sending requests (include your name, address, telephone number, and e-mail address) by e-mail (baa98-31@darpa.mil), by fax (703-522-3888, Attn: BAA 98-31/Donlon), or by mail (Attn: BAA98-31/Donlon, 4301 North Fairfax Drive, Arlington, Virginia 22203-1714). The PIP will be sent via first-class mail to each requester. The PIP contains the required cover sheet and forms as well as detailed information on the required proposal format. One (1) original, seven (7) single-sided, hard copies of the full proposal, and two (2) additional copies of the Executive Summary shall be submitted to DARPA/DSO, Attn: BAA98-31/Donlon, 3701 N. Fairfax Drive, Arlington, Virginia 22203-1714, no later than 1600 ET 5 October 1998. PROPOSAL FORMAT: Proposals shall consist of two volumes: Volume 1 will be the Technical Proposal and Volume 2 the Cost Proposal. The first page of each volume shall be a required cover sheet provided in the PIP. Volume 1: the Technical Proposal shall not exceed forty-five (45) pages including the required cover sheet, all figures, references, tables, charts, and appendices. The Technical Proposal shall include: (i) an Executive Summary (one to two page summary of the overall approach and vision of the proposal); (ii) a Table of Contents; (iii) a Technical Background Section (technical background for the reviewer and explanation of the issues addressed); (iv) a Statement of Work (one to two pages); and, (v) a Cost Summary (one page summary of the cost, an example is provided in the PIP). All pages shall be consecutively numbered. Pages shall be single-spaced with 1-inch margins and a font size no smaller than 12. Refer to the PIP for further formatting details. The technical effort should be organized for two (2) years of base funding with an option for an additional two (2) years of work [total of four (4) years]. Volume 2: the Cost Proposal shall contain a Summary Cost Breakdown and a Detailed Cost Breakdown. There is no page limit for the Cost Proposal. PROPOSAL EVALUATION: All proposals will be opened and processed for administrative and logistical purposes by Digital Systems International Corporation (DSIC), a support contractor. All contractor support personnel will have signed and have on-file with DARPA and DSIC the appropriate non-disclosure and conflict of interest certifications before handling proposals. Proposals will be evaluated by a peer review panel that may consist of both Government and non-government experts. Proposers who object to having their submissions reviewed and evaluated by non-government personnel must so state at the time of making their submissions, by stating "For Government Review Only" on the proposal front cover. Both Government and non-government personnel will have signed and have on-file with DARPA and DSIC the appropriate non-disclosure and conflict of interest certifications before reviewing proposals. All proposals will be treated with the strictest confidence. Evaluations of the proposals will be based on the following four criteria, in descending order of importance: (i) the potential to revolutionize the current state-of-the-art and the adequacy of the technical tasks proposed to reach a quality demonstration within the time-frame of the program; (ii) the scientific and technical merits of the proposed effort, including the feasibility of the approach and the relevance of the proposed goals to the DARPA program objective; (iii) the qualifications of the principal investigator and other key research personnel, their record of past performance, and the adequacy of current and planned equipment and facilities to accomplish the research objectives; and, (iv) cost realism. Note: Cost realism will only be significant in proposals that have significantly under- or over-estimated the cost to complete their effort. When the proposal evaluation is completed, the offeror will be notified of selectability or non-selectability of their proposal. Selectable proposals will be considered for funding; non-selectable proposals will be destroyed. One (1) copy of non-selectable proposals may be retained for file purposes. Not all proposals deemed selectable may be funded. Decisions to fund selectable proposals will be based on funds availability, scientific and technical merit, contribution to program goals, and overall program balance. Proposals receiving a letter of selection may be considered for funding for a period of up to one year. Awards made underthis BAA are subject to the provisions of the Federal Acquisition Regulations (FAR) Subpart 9.5, Organizational and Consultant Conflicts of Interest. All offerors and proposed subcontractors must state in writing, at the time of proposal submission, whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. All facts relevant to the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the proposer has taken, or proposes to take, to avoid, neutralize, or mitigate such conflict. Technical questions regarding this BAA must be submitted in writing by e-mail baa98-31@darpa.mil, by fax 703-696-0218, Attn: BAA98-31/Donlon, or by mail DARPA/DSO, Attn: BAA98-31/Donlon, 3701 N. Fairfax Drive, Arlington, Virginia 22203-1714. BROAD AGENCY ANNOUNCEMENT: This Commerce Business Daily (CBD) notice, in conjunction with the BAA98-31 PIP, constitutes a BAA as contemplated by FAR 6.102(d)(2). No additional information is available nor will a formal Request for Proposal (RFP) or other solicitation regarding this announcement be issued. Requests for same will be disregarded. The Government reserves the right to select for award all, some, parts, part, or none of the proposals received in response to this announcement. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, or other transaction depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. The offeror must submit a separate list of all technical data or computer software that will be furnished to the Government with other than unlimited rights (see DFARS Part 227). No portion of the BAA will be set aside for Historically Black College or University (HBCU) and Minority Institution (MI) participation due to the impracticality of reserving a discrete or severable area of research for exclusive competition among those entities. HBCUs and MIs are encouraged to apply and/or team with other proposers. Posted 08/06/98 (W-SN233372). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0005 19980810\A-0005.SOL)


A - Research and Development Index Page