|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1999 PSA#2260Dept. of the Army, Directorate of Contracting, Attn: ATZS-DKO-I, P.O.
Box 12748,Fort Huachuca, AZ 85670-2748 A -- RESEARCH AND DEVELOPMENT PROJECT IN COUNTERDRUG ENFORCEMENT AND
SUPPORT, FORCE PROTECTION, WEAPONS OF MASS DESTRUCTION SOL BAA 99-09
DUE 010800 POC Contract Specialist, Charles Fahs (520) 533-1063.
Technical Advisor, Rosie Gobea (520) 533-1375 Directorate of
Contracting, Fort Huachuca, Arizona, is soliciting white papers for
national innovative research and development projects in counterdrug
enforcement and support. The intent of this BAA is to identify
technologies to provide near, mid, and long term approaches to enhance
the capabilities of Federal, (i.e., ONDCP, DARPA, TMEC, Customs, INS,
U.S. Border Patrol, DOE, FBI, DEA, HQ National Guard, State and local
Law Enforcement Agencies (LEA). GOAL: The goal of this research and
development (R&D) program is to develop and employ innovative
technological approaches to provide counterdrug enforcement agencies
with increased capabilities to include equipment testing, evaluation
and installation within appropriate oversight situations where
required. Should the contractor propose using controlled substances on
human or animal subjects, an acceptable review of protocols must be in
place prior to any award. TECHNOLOGY AREAS OF INTEREST: This BAA is
focused on six major areas. They are 1) tactical technologies, 2)
non-intrusive inspection, 3) wide area surveillance, 4) demand
reduction, 5) force protection, and 6) weapons of mass destruction.
(1)Tactical Technologies: Projects to be considered should include
technologies to disrupt drug organizations in all phases of drug
operations. This area would include, but not be limited to projects
which can detect and track currency, integrate and extract tracking
information for field agent use, provide technologies for disruption
and interception of drug-related communications, provide technologies
for growth-disruption and elimination of drug crops, provide
technologies to identify assets of organizations and individuals for
seizure and technologies for disruption of drug shipping routes.
Suggested technology areas are Command, Control, Communications,
Intelligence, Tracking and Surveillance, Monitoring and Surveillance,
Data Compression and Miniaturized Electronics, Forensics, Data Fusion,
Chemical, Biological, and Radiological Detection, Electronic Support
Measures, and Low Probability of Intercept/Detection Communications.
(2) Non-intrusive Inspection: This is to develop substance detection
technologies applicable to the examination of cargoes, vehicles and
other large and small containers for detection of illicit contraband or
currency materials without requiring manual inspection. Projects to be
considered would include, but are not limited to, prototype
development projects for individual inspections devices, improvements
to existing devices, intelligent pre-screening techniques, signal
processing algorithms for detection enhancement and fusing of multiple
types of sensors, inspection facilities and test bed designs, and the
measurement and compilation of a completed and target substance
signature database for various detection technologies. It is
anticipated that these systems would employ nuclear, gamma, x-ray,
electro-optical and vapor/particle sensors. (3) Wide Area Surveillance:
Projects in these areas would apply technologies to monitor and
detectthe growth, processing, shipment and distribution of illegal
narcotics. Projects would include, but are not limited to, applications
of radar, IR, UV, and optical sensors, command, control, communications
and intelligence technology, and data management and information
exploitation networks. (4) Demand Reduction: Projects to be considered
favorably would develop technological solutions and applications --
including systems, methods, and protocols -- for reducing demand and
supporting drug abuse treatment research. Favorably considered projects
would include, but not be limited to, projects for improving the
detection and measurement of drugs in the body and in body fluids,
techniques for assessing and monitoring drug addiction or abuse
severity, and techniques for treatment/client matching. (5) Force
Protection: Projects in these areas would apply to but not be limited
to technologies such as x-ray, vapor/particle sensors, chemical,
biological and radiological detection. These technologies will be used
in the defense of friendly forces, and U. S. government agencies
overseas and stateside. Technologies will need to detect or examine
cargo of various sizes; vehicles and other large or small containers to
prevent terrorist actions. Application of technologies will be used
prior to entering buildings or entrances of vulnerable state or federal
compounds located stateside and overseas. (6) Weapons of Mass
Destruction: Projects in these areas would include technologies to
detect and or track weapons of mass destruction (WMD) themselves, as
well as technologies to detect and or track activities involving the
development, deployment or production of WMD. Weapons of mass
destruction are, chemical, biological or nuclear. Suggested technology
areas include but are not limited to tracking and surveillance;
sensors for detection of chemical and or biological agents and or their
associated byproducts and or reagents; sensors for detection of
ionizing radiation, and vapor/particle sensors. Proposer Information:
White papers may be submitted any time prior to the closing date of 08
Jan 2000 to Rosie Gobea, Technical Advisor, Directorate of
Contracting, Attn: ATZS-DKO-I, PO Box 12748, Fort Huachuca, AZ
85670-2748 or email: gobear@huachuca-emh1.army.mil . Submission
procedures are as follows: Ten (10) copies of all white papers shall be
submitted and must reference BAA #99-09. White papers must be
UNCLASSIFIED. White papers must be limited to 10 pages (including
figures, charts and tables) on single-sided, double-spaced pages; font
to be not smaller than 12 point; 1" margins left/right/top/bottom.
White papers shall contain a rough cost estimate. Telephone inquiries
concerning the status of white papers will not be entertained.
Following evaluation of the white papers, the Contracting Officer
reserves the right to request a proposal from any, all, part of, or
none of the white papers to include installation. In the event a white
paper is considered favorably, the offeror will be invited to submit
a proposal, within 45 calendar days of notification by the Contracting
Officer. Such notification will confirm that the offeror's white paper
addresses areas of interest, will add relevance to mission requirements
and the offeror has a reasonable chance for a competitive award based
on subsequent evaluation of the offeror's full proposal. No debriefing
of papers not selected. If a white paper is accepted and a proposal is
requested, the offeror shall not start any work until so notified by
the Contracting Officer. Those offeror's invited to submit a proposal
shall submit the proposal in two volume's, each volume shall be on a
single-sided, double-spaced pages; font to be not smaller than 12
point; 1" margins left/right/top/bottom. Ten (10) copies of each
proposal shall be submitted to Rosie Gobea at the address listed above
and must reference BAA #99-09 for the associated technology category.
Volume I shall be the technical portion and shall include an Executive
Summary, Technical Approaches, description of relevant prior work, a
work program plan including a statement of work, milestone charts, a
facilities and equipment description, and a management plan. This
volume shall be limited to 25 pages including all figures, tables,
foldouts, and charts. All paragraphs containing proprietary information
shall be clearly marked. Volume II shall contain all cost/price
information with supporting data (cost data should be provided IAW
Appendix A of the Proposer Information Pamphlet). The breakdown shall
include materials, direct labor, indirect costs, and other direct costs
such as special test equipment or travel. Offerors shall provide
exhibits as necessary to substantiate the elements. Subcontract Costs:
Identify type of contract used whether or not subcontract will award
competitively and if non-competitive, rational to justify the absence
of competition. The offeror's cost or pricing data from the
subcontractor, if proposed price exceeds $500,000. Forecast
expenditures for travel with a brief explanation that identifies
destination, purpose of trip, number of days. Cost of consultant
services, if any, showing number of days, daily rates and estimated
travel and per diem costs. Evaluation teams for white papers and
proposals will be selected by a formal
academia/technical/scientific/business and counterdrug decision review
process. All selected proposals may not be funded due to budgetary or
program constraints. Both white papers and invited proposals will be
evaluated with respect to the following criteria in descending order of
importance: (1) overall scientific merit and technical approach; (2)
potential contribution and relevance to National CD mission; (3)
offeror's capabilities and related experience; (4) cost realism; (5)
capability to accomplish technology transition, and (6) project's plans
and schedule. Multiple awards may result from the BAA. The number of
proposals funded will depend upon the technical merit of proposals
received and available funding. Government laboratories are not
prohibited from competing under this BAA. There will be no formal
Request for Proposals or other solicitation with regard to the BAA, nor
does the issuance of the BAA obligate the Government to fund any
subsequently invited proposals, nor pay any proposal preparation costs.
All responsible sources capable of satisfying the Government's needs
may submit a proposal, which shall be considered. Although no portion
of this announcement is set aside for historically black colleges and
universities (HBCU's) or minority institutions (MI's) participation,
proposals are invited from all sources. ORGANIZATIONAL CONFLICT OF
INTEREST: Each cost proposal shall contain a section satisfying the
requirements of the following: Awards made under this BAA are subject
to the provisions of the Federal Acquisition Regulation (FAR) Subpart
9.5, Organizational Conflict of Interest. All offerors and proposed
subcontractors must affirmatively state whether they are supporting any
ONDCP, DARPA, TMEC, Customs, INS, U.S. Border Patrol, DOE, FBI, DEA, HQ
National Guard office(s) through an active contract or subcontract. All
affirmations must state which office(s) the offeror supports and
identify the prime contract number. Affirmations shall be furnished at
the time of proposal submission, and 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 offeror has taken, or proposes to
take, to avoid, neutralize or mitigate such conflict. If the offeror
believes that no such conflict exists, then it shall so state in this
section. It is the policy of the above agencies to treat all proposals
as competitive information, and to disclose the contents only for the
purposes of evaluation. All interested offerors shall request a copy
of the proposer information pamphlet from the Directorate of
Contracting, P.O. Box 12748, Attn: ATZS-DKO-I (Charles Fahs), Fort
Huachuca, AZ 85670-2748 or email: fahsc@huachuca-emh1.army.mil.
Interested offerors may also fax their requests to (520) 538-0415
(E-Mail is the preferred method). This notice constitutes a BAA as
authorized by FAR 6.102(d)(2)(I). This BAA will be open through 08 Jan
2000. Posted 01/08/99 (W-SN286362). (0008) Loren Data Corp. http://www.ld.com (SYN# 0006 19990112\A-0006.SOL)
A - Research and Development Index Page
|
|