|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1999 PSA#2467Defense Advanced Research Projects Agency (DARPA), Contract Management
Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 A -- ENVIRONMENTAL BIOAGENT DETECTION SOL BAA00-09 DUE 120999 POC Dr.
Mildred Donlon, Fax 703-516-7360 WEB: click here to access information
for this baa, http://www.darpa.mil/baa/. E-MAIL: e-mail contact for
baa00-09, baa00-09@darpa.mil. BACKGROUND: The Defense Advanced Research
Projects Agency (DARPA) is soliciting proposals for the development and
demonstration of revolutionary detection systems for identifying a
broad range of biological warfare agents in the environment, including
those that may be encapsulated or bioengineered. Environmental
detection is defined as identifying biological agents/pathogens from
environmental samples which can have highly variable backgrounds. DARPA
is primarily interested in developing new signatures for detecting and
identifying biological agents including spores, vegetative bacteria,
viruses, toxins, and bioregulating compounds. Examples of signatures
would include peptides, aptamers and phage. These are being sought to
serve as adjuncts and/or replacements for antibody identification of
bioagents. Secondarily, DARPA is seeking revolutionary point-detection
technologies that will allow for the rapid identification of suspect
agents. The focus of the technologies should be directed at biological
detection/identification for military use, in battlefield and airbase
scenarios, as well as in urban environments. Technologies that may be
used for counterterrorism are also of interest. All aspects of the
program are for defensive purposes only. This BAA pertains only to the
environmental bioagent detection portion of the DARPA Biological
Warfare Defense (BWD) program and excludes other DARPA programs related
to cell and tissue-based detectors, decontamination and external
protection, consequence management, pathogen countermeasures, and
advanced molecular-based diagnostics. OBJECTIVES AND DESCRIPTION: Our
national defense against biological warfare agents requires rapid
detection and identification of both known and unknown biological
threat-agents. Fast detection and identification can provide adequate
warning of a biological attack and can save many lives by enabling and
adopting a protective posture, in the rapid evacuation of affected
areas, and assisting in the timely, effective medical treatment to
exposed personnel. This BAA seeks new signatures which can be inserted
into platforms currently under development in order to significantly
enhance platform capabilities, to increase sensitivity, specificity,
and reliability, and minimize false alarms. DARPA also is seeking
methodologies for signatures for rapidly distinguishing between live
versus dead bioagents at low concentrations, including samples taken
after decontamination procedures have been executed. In addition,
proposals will be accepted for revolutionary point-detection
technologies. Such detection devices can be small (hand-held)
instruments for individual soldier use or automated, dispersed,
remotely placed, and networked. The current identification technology
is dependent on time-consuming amplification: for antibodies, the
molecular binding event is amplified and for genomic DNA, the DNA
molecules themselves are amplified prior to detection. The
amplification step adds appreciably to the time and complexity required
for the identification of a biological agent. Proposed improvements to
detection technologies should be aimed at achieving high sensitivity
and a low false alarm rate (both false positives and false negatives)
with minimal sample pretreatment (including amplification) before
detection. The proposer must be willing to team with the developers of
detection platforms to insert the validated signatures if the
proposing entity does not possess the capability to develop a platform.
DARPA is seeking proposals for two (2) years of base funding with an
option for an additional year of work (total of three (3) years).
Limited funding will be provided during the first year for initial
validation of the signature and its potential for exploitation on a
detection platform. The proposed signature-technology combination must
successfully perform in tests with live threat agents (to be conducted
by an independent laboratory) by the middle of the second year in order
to proceed further in the program. Multiple approaches will be
permitted in the first phase of work but a preferred
signature-technology combination must be selected prior to live agent
testing. TECHNICAL AND PROGRAMMATIC REQUIREMENTS Awards totaling $6-8
million are expected to be made during the first half of the calendar
year 2000. Multiple awards are anticipated. PROPOSAL: The objective of
a successful proposal will be a feasibility demonstration of the
signature technology proposed for development. Proposers must describe
in detail the technical and scientific basis of the proposed detection
and identification technology. All programs must culminate in a
significant endpoint demonstration of proposed solutions to crucial
problems within the period of support. Excluded for the purposes of
this solicitation are proposals for paper studies and/or evaluations.
Such proposals will be judged to be non-responsive. HOW TO PROPOSE:
Proposers should obtain the information and forms provided in the
Proposer Information Pamphlet (PIP) BAA00-09 via the World Wide Web
URL: http://www.darpa.mil/baa/ (under the SPO Solicitations Web Page)
or by sending requests (include your name, address, telephone number,
and e-mail address) by e-mail: (baa00-09@darpa.mil), by fax:
(703-522-3888, ATTN: BAA00-09/Donlon), or by mail: (Digital Systems
International Corporation, ATTN: BAA00-09/Donlon, 4301 North Fairfax
Drive, Arlington, Virginia 22203-1627). The PIP provides further
information including required formatting guidelines. The PIP will be
sent via first-class mail to each requester. The PIP contains the
required cover sheet and forms as well as detailed information on the
required proposal format. One (1) original, seven (7) single-sided,
hard copies of the proposal, and two (2) additional copies of the
Executive Summary shall be submitted to DARPA/SPO, ATTN:
BAA00-09/Donlon, 3701 North Fairfax Drive, Arlington, Virginia
22203-1714, no later than 4:00 PM EST, December 9,1999. PROPOSAL
FORMAT: Proposals shall consist of two volumes: Volume 1 will be the
Technical Proposal and Volume 2 the Cost Proposal. The first page of
each volume shall be a required cover sheet provided in the PIP. Volume
1: the Technical Proposal shall not exceed fifty-five (55) pages
including the required cover sheet, all figures, references, tables,
charts, and appendices. All pages shall be consecutively numbered.
Pages shall be double-spaced with 1-inch margins and a font size no
smaller than 12. The Technical Proposal shall include: (i) the required
cover sheet, (ii) an Executive Summary (one to two page summary of the
overall approach and vision of the proposal); (iii) a Table of
Contents; (iv) a Technical Background Section (technical background for
the reviewer and explanation of the issues addressed); (v) a one
paragraph Abstract; (vi) a section detailing the technical approach;
(vii) a program and demonstration plan including a statement of work
and schedule and milestone chart; (viii) an outline of the
organizational structure of the team and a management plan; (ix) a
summary of relevant prior work; (x) a brief description of pertinent
facilities and equipment; (xi) resumes of key individuals (resumes may
be single-spaced); and (xii) a Cost Summary (example provided in the
PIP). The technical effort should be organized for two (2) years of
base funding with an option for an additional year of work (total of
three (3) years). Volume 2: the Cost Proposal shall include: (i) the
required cover sheet; (ii) a Cost Summary (example provided in the
PIP); and, (iii) a Detailed Cost Breakdown. There is no page limit for
the Cost Proposal. PROPOSAL EVALUATION: All proposals will be opened
and processed for administrative and logistical purposes by Digital
Systems International Corporation (DSIC), a support contractor. All
contractor support personnel will have signed and have on-file with
DARPA and DSIC the appropriate non-disclosure and conflict of interest
certifications before handling proposals. Proposals will be evaluated
by a peer review panel that may consist of both Government and
non-government experts. Proposers who object to having their
submissions reviewed and evaluated by non-government personnel must so
state at the time of making their submissions, by stating "For
Government Review Only" on the proposal front cover. Both Government
and non-government personnel will have signed and have on-file with
DARPA and DSIC the appropriate non-disclosure and conflict of interest
certifications before reviewing proposals. All proposals will be
treated with the strictest confidence. Evaluations of the proposals
will be based on the following four criteria, in descending order of
importance: (i) the potential to revolutionize the current
state-of-the-art and the adequacy of the technical tasks proposed to
reach a quality demonstration within the time-frame of the program;
(ii) the scientific and technical merits of the proposed effort,
including the feasibility of the approach and the relevance of the
proposed goals to the DARPA program objective; (iii) the qualifications
of the principal investigator and other key research personnel, their
record of past performance, and the adequacy of current and planned
equipment and facilities to accomplish the research objectives; and
(iv) cost realism. Note: Cost realism will only be significant in
proposals that have significantly under- or over-estimated the cost to
complete their effort. When the proposal evaluation is completed, the
proposers will be notified of selectability or non-selectability of
their proposal. Selectable proposals will be considered for funding;
non-selectable proposals will be destroyed. One (1) copy of
non-selectable proposals may be retained for file purposes. Not all
proposals deemed selectable may be funded. Decisions to fund selectable
proposals will be based on funds availability, scientific and technical
merit, contribution to program goals, and overall program balance.
Proposals receiving a letter of selection may be considered for funding
for a period of up to one year. Awards made under this BAA are subject
to the provisions of the Federal Acquisition Regulation (FAR) Subpart
9.5,Organizational and Consultant Conflicts of Interest. All proposers
and proposed subcontractors must state in writing, at the time of
proposal submission, whether they are supporting any DARPA technical
office(s) through an active contract or subcontract. All affirmations
must state which office(s) the proposer supports and identify the prime
contract number. All facts relevant to 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 proposer has taken, or proposes to
take, to avoid, neutralize, or mitigate such conflict. Technical
questions regarding this BAA must be submitted in writing via e-mail to
baa00-09@darpa.mil, fax to 703-516-7360, ATTN: BAA00-09/Donlon, or mail
to DARPA/SPO, ATTN: BAA00-09/Donlon, 3701 North Fairfax Drive,
Arlington, Virginia 22203-1714. BROAD AGENCY ANNOUNCEMENT: This
Commerce Business Daily (CBD) notice, in conjunction with the BAA00-09
PIP, constitutes a BAA as contemplated by FAR 6.102(d)(2). No
additional information is available nor will a formal Request for
Proposal (RFP) or other solicitation regarding this announcement be
issued. Requests for same will be disregarded. The Government reserves
the right to select for award all, some, parts, part, or none of the
proposals received in response to this announcement. Proposals
identified for funding may result in a procurement contract, grant,
cooperative agreement, or other transaction depending upon the nature
of the work proposed, the required degree of interaction between
parties, and other factors. The proposer must submit a separate list of
all technical data or computer software that will be furnished to the
Government with other than unlimited rights (see DFARS Part 227). No
portion of the BAA will be set aside for Historically Black College or
University (HBCU) and Minority Institution (MI) participation due to
the impracticality of reserving a discrete or severable area of
researchfor exclusive competition among those entities. HBCUs and MIs
are encouraged to apply and/or team with other proposers. Posted
10/29/99 (W-SN396368). (0302) Loren Data Corp. http://www.ld.com (SYN# 0002 19991102\A-0002.SOL)
A - Research and Development Index Page
|
|