Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1999 PSA#2260

Dept. 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