|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445Office of Naval Research, 800 North Quincy St., Arlington, VA
22217-5660 A -- COMPOSITES MANUFACTURING TECHNOLOGY SOL 99-029 DUE 121499 POC
Helen Paul, ONR Code 253, (703) 696-0066 e-mail:paulh@onr.navy.mil BAA
99-029 -- This announcement constitutes a Broad Agency Announcement
(BAA) soliciting proposals for the award of a Cooperative Agreement for
the management of a Composites Manufacturing Technology Focus Area for
the Navy Manufacturing Technology (MANTECH) Program. No other formal
request for proposals or solicitations regarding this announcement will
be issued. Interested Parties should be alert for any BAA amendments
that may be published. The full BAA announcement may be found at
http://www.onr.navy.mil/02/baa/. Technical Point of Contact: Dr. Philip
Broudy, ONR MANTECH Detachment, email: broudyp@onr.navy.mil or fax:
(215) 697-9534. Contracts Point of Contact: Ms. Helen Paul, ONR, Code
253, email: paulh@onr.navy.mil or fax: (703) 696-0066. BACKGROUND:
Ongoing Navy efforts in Composites Manufacturing Technology are
currently being managed at the Center of Excellence for Composites
Manufacturing Technology (CECMT) by the Great Lakes Composite
Consortium (GLCC) under a Navy Cooperative Agreement.The current GLCC
cooperative agreement is scheduled for expiration on 31 May 2000. A
listing of completed and current project areas is provided at
http://www.onr.navy.mil/02/baa/baa99029iday.htm. The work under the
CECMT has been a collaborative effort among industry, academia, and
government. The benefits of the CECMT include increased productivity,
reduced costs and cycle time, and improved quality, and will accrue to
industry as well as to the Navy and the Department of Defense (DOD).
The Navy MANTECH Program Office will provide Navy needs annually and
DOD needs as received. Technology focus areas could include any
composites manufacturing technology applicable to Navy and DOD weapon
systems. While there is no statutory requirement for cost sharing, the
Navy is seeking a cost sharing goal on all technical projects in the
ratio of at least one recipient dollar for every government dollar
proposed. REQUIREMENTS: The Recipient will be responsible for the
creation, operation, and management of the CompositesManufacturing
Technology Focus Area. The Recipient will be responsible for the
development, evaluation and demonstration of composites manufacturing
technologies for current and future Navy and other DOD needs with a
major emphasis on affordability and life cycle cost. The Recipient will
be responsible for the transfer of these technologies to the commercial
sector, which will enhance national industrial competitiveness, enhance
the DOD supplier base and reduce manufacturing response time. The
Government reserves the right to add transition/management of on-going
CECMT projects after award. The following tasks will be required: 1.
Participate in the identification and development of leading-edge
composites manufacturing technology practices to meet the needs of both
the U.S. military and the commercial marketplace. 2. Participate in the
identification of composites manufacturing technology needs for weapon
system platforms within the DOD. 3. Manage and execute DOD-funded
manufacturing technology programs. The degree of program management may
vary on some projects. 4. Provide access to a high level of expertise
in composites manufacturing technology. 5. Sponsor seminars,
conferences, and short courses/training, which provide state-of-the-art
information and technology transfer in composites manufacturing. 6.
Identify other task areas that are dictated by the ongoing effort. 7.
Encourage inclusion of project results in national publications and
their presentation at symposia, conferences, and similar venues.
EVALUATION CRITERIA: Evaluation of the proposals shall be conducted
using the criteria listed below and shall consider best value to the
Government, i.e., highest quality and quantity of technical effort at
minimum cost. The evaluation criteria are ranked in descending order of
importance: Management and Technical, which are of equal importance,
are more important than Cost Sharing, and Cost Sharing is more
important than Solution Identification Process Examples and Cost
Realism, which are of equal importance. No further criteria will be
used in the evaluation. 1) MANAGEMENT: Management experience regarding
composites manufacturing technology, including reflection of the
understanding in the proposed resources, management structure,
managerial personnel, organization, use of subcontracting, and
leveraging of government funds. Management includes (a) knowledge of
the Navy and DOD MANTECH Programs and their goals with major emphasis
on affordability, life cycle cost, technology transition and cost
sharing/leveraging; (b) overall plan for the first year of operation;
(c) organization, management and subcontracting plan, including
lead-time for placement of technology development projects to support
the technical efforts after award; (d) managerial approach to risk
avoidance in the transition of existing CECMT manufacturing projects;
and (e) for a multi-industry/academia/partnerships/entity: (i) the
organizational structure, (ii) levels of membership and descriptions
thereof, (iii) the method of operation of responding to DOD needs
including interactions with DOD customers and between
partnership/entity members, (iv) project management, (v) selection of
project team members, (vi) strength of commitment from each member to
the partnership/entity and (vii) the collective range of composites
technical expertise of the proposed participants. 2) TECHNICAL: (a)
Technical experience in affordable composites manufacturing technology
as reflected in previous experience and key technical personnel,
including previous contracting instruments, other relevant technology
experience, and time commitment of key technical personnel. (b)
Previous experiences and understanding of the technical intricacies and
innovative approaches to composites manufacturing. (c) Ability to
identify and address DOD manufacturing technology needs for all
platforms; e.g., aircraft, ships, missiles, and land vehicles. (d)
Previous experience in existing and proposed mechanisms to conduct
technology transfer to industry and government to achieve a high degree
of implementation of the developments and results. (e) Adequacy of
existing and proposed facilities and equipment, including location. (f)
Familiarity with International Traffic in Arms Regulations (ITAR)
requirements. (3) COST SHARING: Strong emphasis shall be placed on cost
sharing, leveraging, and minimizing of administrative and
infrastructure costs. Two goals are (1) to maximize the return on Navy
investment and (2) to have the offeror share the risk in technology
development by the offeror's sharing the cost of the technical projects
to the maximum extent practicable. Cost sharing shall be valued in
accordance with the DOD Grant and Agreement Regulations
(http://sra.rams.com/cws/sra/dodgars.htm), paragraph 32.23 and/or 34.13
as appropriate. (4) SOLUTION IDENTIFICATION PROCESS EXAMPLES: Viability
of the offeror's process and approach for identifying the best
solutions to the two DOD manufacturing technology areas provided as
solution identification process examples under PROPOSAL REQUIREMENTS
below. Note: These manufacturing technology areas are examples only and
have not been specifically identified to be funded. These examples are
found on the web at http://www.onr.navy.mil/02/baa/baa99029iday.htm
(5) COST REALISM: Costs will be evaluated on the basis of cost realism
of the offeror's program management effort. This pertains to the
offeror's ability to project costs which are realistic and reasonable
and which indicate whether the offeror understands the nature and scope
of the requirement. INDUSTRY BRIEFING DAY: An industry day briefing on
the BAA will be held as noted at
http://www.onr.navy.mil/02/baa/baa99029iday.htm. To arrange for
attendance, contact Adrienne Gould, ONR Code 361, at (703) 696-8485,
Fax (703) 696-8480 or e-mail: goulda@onr.navy.mil. PROPOSAL
REQUIREMENTS: An offeror responding to this Broad Agency Announcement
shall submit ten (10) copies of its proposal in the following format.
The proposal shall consist of three parts, Management, Technical, and
Cost Sharing (Part I) Solution Identification Process Examples (Part
II) Cost (Part III). The entire proposal, Parts I, II, and III, shall
not exceed 75 pages, excluding resumes and exhibits. Proposals shall be
single-spaced and single-sided in 12 pitch and have one inch margins on
all sides. Offerors shall provide a matrix showing where in their
proposals (e.g., page, section, and/or paragraph number) each of the
evaluation criteria and sub-criteria are addressed. Part I shall
consist of: (1) A cover page including BAA title, technical point(s) of
contact, administrative point(s) of contact, and pertinent phone
numbers. (2) Summary page(s) of all organizations participating in the
proposal, with addresses and points of contact (3) A summary of
related technical and management experience in composites manufacturing
technologies and a summary of previous experience and understanding of
the technical intricacies and innovative approaches to composites
manufacturing. (4) An overall plan for the first year of operation, to
include initiation of projects based on needs identified by the Navy
and DOD and approach to transition existing CECMT manufacturing
technology projects. Information on existing CECMT projects that may
transition is provided at
http://www.onr.navy.mil/02/baa/baa99029iday.htm . (5) A listing and
description of relevant facilities and equipment (and their locations)
that would be used during the management of this initiative (6)
Organization and management plan. Describe the management and team
structure for performance of the tasks identified above under
Requirements. The plan shall clearly substantiate the level of
commitment of each organization or corporate division that is a team
member. Also include a matrix that identifies each organization or
corporate division that is a team member and its salient composites
technical core competencies (maximum of three competencies per member).
(7) Documentation to demonstrate an understanding of the goals and
missions of the Navy and DOD Manufacturing Technology Programs with a
major emphasis on affordability, life cycle cost, technology transition
and cost sharing/leveraging. (8) Planned subcontracting (9) Statement
regarding existence of, or intention to obtain, facility and personnel
clearances (10) Information regarding the offeror's methods for
identifying and addressing technology needs including DOD manufacturing
technology needs for all platforms; i.e., aircraft, ships, missiles,
and land vehicles. (11) Evidence of the offeror's broad knowledge of
technology transfer within the composite industry (12) Other
information deemed appropriate by the offeror in response to the
Requirements section of this BAA. Part II shall consist of the
offeror's full description of the process that it proposes to use to
identify the best solution(s) for two Solution Identification Process
Examples. The description for addressing each example shall not exceed
six pages. The format is at the discretion of the offeror. Solution
Identification Process Examples. For the two important DOD
manufacturing technology areas listed at
http://www.onr.navy.mil/02/baa/baa99029iday.htm, the offeror shall
define its process and approach for identifying the best solution(s) to
address the technology areas. The approach shall, at a minimum, include
the following: (1) methods used to assess the current state of the need
for the technology; (2) development of a detailed understanding of DOD
expectations to meet the need; (3) method used to solicit proposals
for technology development efforts designed to address that technology
need; (4) methods used to evaluate the merits of the proposals
received, including coordination with DOD and industry representatives
to ensure that proposals with the highest projected benefits are
identified; (5) coordination with DOD to ensure that funding is
allocated and approved for selected efforts; (6) outline of the
demonstration and transition plans for the planned effort; and (7)
address program management and oversight of the approved technical
effort. The solution shall also entail shared government and industry
funding, with an appropriate cost-sharing goal. Part III shall contain:
(1) A one- to two-page cost summary of the offeror's program management
effort. (2) Supporting pages, which shall include a detailed breakdown
of labor categories, labor rates, capital equipment needs, travel
costs, and any other direct or indirect costs. (3) Identification of
applicable indirect rate proposals, recent audits (DCAA or A-133
audits, Independent Public Audits), and reviews of the offeror's
accounting, estimating, and billing system reviews (if any). Each page
in Part I, Part II, and Part III shall be marked with the words
"SOURCE SELECTION INFORMATION". An offeror shall state in its proposal
that it is submitted in response to the BAA number provided herein,
and all proposals shall be accompanied by a completed certification
package. The certifications can be accessed on the ONR Home Page
(http://www.onr.navy.mil/)(see "Contracts and Grants" and then "How to
submit a proposal"). The certification package is entitled
"Certifications and Submittal Statement Documents." Note: The Navy, at
its option, may require from all offerors a one-hour oral presentation
providing highlights of their proposals. DUE DATE: Proposals shall be
submitted to the Office of Naval Research, Manufacturing Technology
Division, Attn: Ms. Adrienne E. Gould, Code 361, Room 633, 800 North
Quincy Street, Arlington, VA 22217-5660. Proposals must be received by
2:00 p.m. on 14 December 1999. Any proposals received thereafter will
not be considered. AWARD: The Navy anticipates making one Cooperative
Agreement award and intends to provide incremental funding. The Navy
reserves the right not to make any awards as a result of this
announcement. The Recipient may be required to have or obtain security
clearances up to and including the Secret level for work contemplated
under this announcement. For proposals submitted by
consortia/partnerships/other multiple entities, Articles of
Collaboration, which define the interaction and commitment of the
proposed partners, must be developed prior to award. It is anticipated
that the resultant award will cover a five (5) year period with a
ceiling value not-to-exceed $120 million (not including offeror cost
share). MISCELLANEOUS: The Navy will treat all proposals as
competition-sensitive information. All evaluators shall be Government
employees. However, the Navy may use selected support contractor
personnel to provide technical assistance to the government evaluators.
These contractor personnel are restricted by signed nondisclosure
agreements from disclosing proposal information or using it for any
purpose other than performing the assessments. The Government shall not
reimburse directly any proposal preparation costs in connection with
this announcement. The cost of preparing proposals in response to this
announcement is not an allowable direct charge to any resulting award.
Technical questions pertaining to this BAA may be submitted via email
to broudyp@onr.navy.mil. Contracting questions pertaining to this BAA
may be submitted via email to paulh@onr.navy.mil. All questions and
responses will be made available to all offerors at
http://www.onr.navy.mil/02/baa/baa99029iday.htm. Posted 09/29/99
(W-SN386245). (0272) Loren Data Corp. http://www.ld.com (SYN# 0006 19991001\A-0006.SOL)
A - Research and Development Index Page
|
|