|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 A -- BROAD AGENCY ANNOUNCEMENT FOR AIR BASE TECHNOLOGY SOL BAA TYN
99-001 DUE 093099 POC Alyce Molt, Contract specialist, 850-283-8668
This is a Broad Agency Announcement (BAA) identifiable as number TYN
99-001, Air Base Technology. The Air Base Technology Branch, Air Force
Research Laboratory, Tyndall AFB, FL, is interested in receiving
proposals (technical and cost/price) on the research efforts described
below. Proposals submitted in response to this announcement shall
reference the BAA number identified above. Responders will ensure that
the amounts proposed will be valid for a minimum of 180 days from the
date of the proposal. Proposals may be submitted until 30 Sep 99.
There will be no formal request for proposals or other solicitations
regarding this announcement. Proposals shall be submitted with an
original, not exceeding 40 double-spaced pages plus three (3) copies.
Proposals shall be mailed to 325 CONS/, ATTN: Alyce Molt, 501 Illinois
Avenue Suite 5, Tyndall AFB FL 32403-5526, marked for BAA TYN 99-001.
Requirements: The Air Base Technology Branch (AFRL/MLQC) conducts DOD
and Air Force Civil Engineering R&D Programs involving air base
operating surfaces, protection of deployed forces and assets,
lightweight structural materials, energy/utility systems, geotechnical
robotics, explosive ordnance disposal, and fire protection and crash
rescue. The branch solicits cutting edge proposals in the following
general technology areas: Air Base Operating Surfaces -- Runways,
taxiways, parking aprons, and other operating surfaces. Areas of
interest include: portable airfield evaluation technologies, expedient
repair materials and techniques, lightweight high-strength materials,
exploitation of in situ materials, surface and subsurface materials
characterization, and measurement and prediction of response to traffic
and environmental loads. Protection of Deployed Forces and Assets --
Lightweight rapidly deployable personnel and aircraft shelters,
protection systems for facilities and aircraft parking areas. Areas of
interest include ultra-lightweight high-strength materials,
exploitation of in situ materials, post-construction reinforcement of
facilities, simulation and modeling of effects of air-blast and
fragmentation, and biological/chemical protection systems.
Energy/Utility Systems -- New energy and utility systems technologies
which will enhance distribution, survivability, reliability,
maintainability, mobility, and efficiency, with specific interests in
survivable utilities, energy conversion, mobility concepts, and
consumption efficiency. Robotics/Explosive Ordnance Disposal --
Construction automation for airbase and related facilities. The
specific area of interest is to provide new technology for: explosive
ordnance and mine detection, characterization, and disposal, including
buried, surface and underwater ordnance; ground vehicle navigation and
guidance; sensing systems; robotic vehicle systems, including
teleoperation and automation technology; site survey vehicles; and
related automated construction technologies. Fire Fighting -- Fire
extinguishing agents, systems, and equipment for use in aircraft fire
rescue operations, air base facilities fire fighting, hazardous
materials (hazmat) incidents, and firefighter training. The specific
area of interest is to develop environmentally safe, effective fire
extinguishing agents, Aircraft Rescue and Fire Fighting
vehicles/systems, fire detection/suppression systems, specialized
rescue and personnel protective equipment, and training technologies.
The objective is to enhance air base fire fighting/hazmat and
firefighter training capabilities to significantly reduce current fire
extinguishment, victim extraction, and hazmat operations times,
thereby minimizing damage and casualties resulting from fire and
hazardous materials incidents. Proposal Preparation: Responses
submitted shall include a proposal for technical and cost/price as
follows: (a) The technical proposal must include an outline and full
discussion of the nature and scope of the research, the method or
technical approach, and the expected results of each proposal. This
proposal should offer scientific advancement in the state of the art.
The technical proposal must identify privately developed items,
components, processes or computer software entailed in their proposed
approach, if any. Information must be included on prior work/experience
in the indicated field of research and the available facilities.
Management resources shall include resumes of people who will be
participating in the proposed design effort, and identify the principal
investigator. (b) Cost proposals should provide a yearly break-out of
costs by labor (per labor category/employee), indirect costs,
materials, supplies, travel, equipment, other direct costs and fee if
applicable. The cover sheet must include the information listed in FAR
15.408 Table 15-2, Section I, paragraph A. Additional cost or pricing
information, if any, will be requested by the contract specialist
prior to contract negotiation. The cost of preparing proposals in
response to this announcement is not considered an allowable direct
charge to any resulting contract or any other contract. It is however,
an allowable expense to the normal bid and proposal indirect cost in
FAR 31.205-18. Evaluation Criteria: Proposals will compete for contract
award based upon their potential value to the government in fulfilling
the requirements set forth above. That value will be determined using
a complex combination of criteria including the technical promise
(originality, feasibility, desirability, etc.), affordability (of
development, considering technical alternatives and funding available,
and of implementation if otherwise successful), and the government's
confidence in the effective pursuit of the effort considering the scope
of the effort, the offeror's understanding of it, the competence and
availability of experienced engineering, scientific, managerial, or
other technical personnel, offeror's overall corporate experience
(including past performance), and the availability of, or ability to
obtain, necessary facilities to perform this effort. Cost realism and
reasonableness shall also be considered to the extent appropriate. The
Government reserves the right to select for award any, all, a part
thereof or none of the proposals received in response to this
announcement. Technical consideration will be given greater weight than
cost in the selection decision. No further evaluation criteria will be
used in source selection. Deliverable Items: (a) Program Master
Schedule, DI-A-34501, (b) Technical Monthly Progress reports,
DI-ADMN-81313, (c) Funds Expenditure Report, DI-A-5003F, (d) Still
Photographic Coverage, DI-A-3011/M-107-1/T, (e) Presentation Materials,
DI-A-3024A/T (ASREQ), (f) Scientific and Technical Reports,
DI-MISC-80711 (Draft and reproducible final, AFRC/MLQC format). The
contractor shall be required to present a final formal briefing at the
end of the effort to be held at Tyndall AFB FL. Size Status: The
appropriate SIC code for this acquisition is 8731 with a size standard
of 500 employees. Firms responding should indicate whether or not they
are a small business, small disadvantagedbusiness, or a woman-owned
business. Award Information: Multiple awards are anticipated. While no
parts of this requirement lend themselves to being severed for
set-aside to Small Businesses, Small Disadvantaged Businesses, or
historically Black Colleges and Universities or Minority Institutions
(HBCU/MI), the Air Force reserves the right to consider a small
business set-aside based on responses hereto. Preferred Type of
Contract: Cost Plus Fixed Fee (CPFF). Period of Performance: Maximum
duration up to twenty-four (24) months. Security Requirements: Analysis
capability, to include personnel and computer facilities cleared to
Secret level, may be required. In such instances responding firms must
have, or acquire prior to award of contract, appropriate security
clearances. The security guide applicable to this BAA announcement will
be provided on a case-by-case basis prior to negotiation. Notice to
Foreign and Foreign-Owned Firms: Such firms are asked to notify
immediately the Government contact point cited below upon making a
decision to respond to this announcement. This action is necessary to
begin review and clearance procedures. Foreign firms should be aware
that restrictions might apply which could preclude their participation.
Contact Points: Contracting questions for this BAA to 325 CONS, Attn.:
Alyce Molt, 501 Illinois Avenue Suite 5, Tyndall AFB FL 32403-5526,
(850) 283-8668. Technical questions to AFRL/MLQC, Attn.: Paul Sheppard,
139 Barnes Drive Suite 2, Tyndall AFB FL 32403-5323, (850) 283-6276.
Only Contracting Officers are legally authorized to commit the
Government. Posted 11/04/98 (W-SN268633). (0308) Loren Data Corp. http://www.ld.com (SYN# 0010 19981106\A-0010.SOL)
A - Research and Development Index Page
|
|