Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1998 PSA#2217

325th 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