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