|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1999 PSA#2499Defense Advanced Research Projects Agency (DARPA), Contract Management
Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 A -- ACCELERATED INSERTION OF MATERIALS SOL BAA00-22 DUE 040600 POC
Dr. Steven G. Wax, DARPA/DSO, fax (703) 696-3999 ACCELERATED INSERTION
OF MATERIALS (AIM) SOL BAA00-22 DUE 6 APRIL 2000, POC Dr. Steven G.
Wax, DARPA/DSO, fax (703) 696-3999 Email: swax@darpa.mil, URL:
http://www.darpa.mil/baa00-22/dso. PROGRAM GOALS AND OBJECTIVES: The
Accelerated Insertion of Materials (AIM) program seeks to develop and
validate new approaches for materials development that will accelerate
the insertion of materials into production hardware. Currently, the
development of a designer knowledge base (which incorporates design
allowables, reliability, manufacturing, reproducibility, and other
essential information about materials) is a time consuming and costly
endeavor. Consequently, new material insertion into production hardware
is extremely difficult, typically taking 15-20 years if it is
successful at all. Emerging efforts in materials modeling are leading
to incremental improvements in specific areas, e.g., materials
processing and mechanical behavior. It is DARPA's belief that the time
scale between development of a new materialand its implementation into
production can be significantly shortened only through a revolutionary
change in materials development methodologies. Phase I of the planned
program will develop and validate new approaches for materials
development that will accelerate the insertion of materials into
production hardware. This is to be accomplished by establishing
approaches to use the required technical content and fidelity of the
"designer knowledge base" to drive the optimized development/use of
models and experiments. Critical to this effort will be understanding
how to effectively use materials models, how to link them across
various length and time scales and how to couple them with experiments
to yield the appropriate information for the designer. Validation of
the developed approaches will be on material systems of interest to the
DoD that meet the following criteria: (a) Designer quality information
developed via traditional approaches should already be available for
the chosen material in a particular application. It is preferable, but
not mandatory, that the material be in use in a military system. If it
is not, then its use must be imminent; (b) The chosen material system
must be amenable for addressing, in a generic way, the critical
technical issues in accelerated insertion; (c) The development of new
or extension of existing materials models must be tractable in the
time-frame of the program; and (d) There must exist extensions of the
selected material system to new applications and/or capabilities that
are important to Defense and of interest to the proposing team. Success
for Phase I will be judged not only on reproducing a validated designer
knowledge base, but also on the degree to which the concepts can
shorten development time and the degree to which they can be
generically applied to other material systems of interest to the DoD.
Also as part of Phase I, proposers will provide a detailed technical
path forward expanding AIM concepts into regimes in which there is no
existing validated data. Successful Phase I efforts are expected to
lead to a Phase II effort to demonstrate the concepts into this new
regime of acceleration of materials. However, this BAA is for Phase I
only. BACKGROUND INFORMATION: Proposers should obtain the Proposer
Information Pamphlet (PIP), BAA00-22. This document provides essential
information on the specific program requirements, selection criteria,
and the technical information to be contained in the pre-proposal and
full proposal. Also, the PIP has the required forms, submission format
details and background. Pre-proposals and full proposals not following
the format in the PIP may not be evaluated. This pamphlet may be
viewed and printed from the World Wide Web (www) at URL
http://www.darpa.mil/DSO/solicitations, or obtained by writing, faxing
or e-mailing your request to DARPA/DSO, Attn: BAA00-22, 3701 N.
Fairfax Drive, Arlington, Virginia 22203-1714, fax: 703-696-3999, email
baa00-22@darpa.mil. A pre-proposal conference was held on 16 November
1999. Presentation material from this conference may be viewed at
http://www.sainc.com/darpa/aim. These charts should be helpful to the
proposers in understanding the program. However, they were presented
before the publication of this announcement and, therefore, information
that conflicts with the PIP or this announcement should be ignored.
Specifically, proposers should use the PIP for all information related
to proposal content, format and schedule. Finally, DARPA will offer
potential proposers with an opportunity to provide a LETTER OF
CAPABILITIES to other potential proposers in order to facilitate
teaming. A LETTER OF CAPABILITIES from potential proposers should be
received on or before 6 January 2000. Letters should be addressed to
Dr. Larry Fehrenbacher, TA&T, Inc. 133 Defense Highway, Suite 212,
Annapolis, MD 21401. These letters will be distributed by 13 January
2000 to all others who have sent in letters. These letters should
contain a non-proprietary description of your capabilities and the role
that you would like to play on a team. At a minimum, these letters must
contain the name, address and phone number of a technical point of
contact. Submitting this letter is for the benefit of potential
proposers and is optional. The technical point of contact (POC) is Dr.
Steven G. Wax, DARPA/DSO. In all correspondence, reference BAA00-22.
Early submission of proposals and pre-proposals is strongly encouraged.
Selections for awards may be made at any time during the evaluation
process. Proposals will not be returned. All proprietary material
should be clearly marked and will be held in strict confidence.
Restrictive notices notwithstanding, proposals may be handled, for
administrative purposes only, by a support contractor. All support
contractors are bound by appropriate non-disclosure requirements. Input
on technical aspects of the proposals may be obtained by DARPA from
non-Government consultants/experts who are bound by appropriate
non-disclosure requirements. Non-Government technical consultants will
not have access to proposalsthat are labeled by the offerors as
"GOVERNMENT ONLY." Multiple awards are expected. Cost sharing is
encouraged, but not required. PRE-PROPOSALS: To minimize unnecessary
effort in proposal preparation and review, proposers are strongly
encouraged to submit pre-proposals in advance of full proposals. The
pre-proposal should not exceed ten (10) pages in length, including all
charts, figures and appendices. Offerors should submit one (1)
original and eight (8) copies of the pre-proposal due no later than
1600 ET 10 FEBRUARY 2000 to the address shown below. Facsimile
transmissions or electronic media transmissions will not be accepted.
Separate attachments such as institutional brochures, reprints, disks,
or videotapes will be ignored. Within ten (10) business days, DARPA
will acknowledge receipt of the pre-proposal submission and assign a
control number that should be used in all further correspondence.
Recommendations for full proposal submission will be made within
approximately thirty days of receipt. All full proposal submissions
will be evaluated regardless of the disposition of the pre-proposal.
FULL PROPOSALS: Full proposals shall consist of two volumes, technical
and cost. Offerors should submit one (1) original and eight (8) copies
of the full-proposal due no later than 1600 ET 6 APRIL 2000 to the
address shown below. Facsimile transmissions or electronic media
transmissions will not be accepted. Separate attachments such as
institutional brochures, reprints, disks, or videotapes will be
ignored. Volume 1: Technical. The technical volume is limited to a
maximum of 50 pages, including the special cover sheet bearing the
pre-proposal control number (if applicable), all figures, references,
tables, charts, and appendices. Volume 2: Cost. The cost volume shall
contain a summary cost breakdown and a detailed cost breakdown. The
summary cost breakdown should be shown to the level of major tasks and
should indicate manpower levels of effort, equipment and supplies,
travel, and miscellaneous expenses for the tasksof the entire program,
broken out by performer and time. Details of the cost sharing to be
undertaken by the offeror (if applicable) must be included in the
summary section of volume 2 of the proposal. DARPA reserves the right
to select for award specific sections of any proposed effort and/or to
encourage teaming between competing proposers. SELECTION CRITERIA
Proposals will be evaluated according to the following criteria listed
in order of decreasing importance: (1) Scientific and Technical Merit,
(2) Selection of the Material System, (3) Experience and Expertise of
the Proposers, (4) Cost Realism. In addition to the evaluation criteria
described above, the Government reserves the right to select for award
all, some, or none of the proposals received in response to this
announcement. Proposals that are substantially the same as superior
proposals may not be selected for funding, notwithstanding their
overall evaluation position. BROAD AGENCY ANNOUNCEMENT: This Commerce
Business Daily (CBD) notice, in conjunction with the BAA00-22 PIP,
constitutes the Broad Agency Announcement (BAA) as contemplated by
FAR6.102 (d) (2). A formal RFP or other solicitation regarding this
announcement will not be issued. Requests for the same will be
disregarded. Evaluation and selection of proposals for award will be
made to those offerors whose proposal is considered most advantageous
to the Government. The Government reserves the right to select for
award all, some, 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 "Technology
Investment Agreement (TIA)," depending upon the nature of the work
proposed, the required degree of interaction between parties, and other
factors. The offeror 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). All responsible
sources capable of satisfying the Government's needs may submit
proposals that will be evaluated if received in the correct format by
the closing date. Because of the technical breadth implied in this
solicitation, no portion of this BAA will be set aside for HBCU and MI
participation. However, these organizations are encouraged to apply
and/or team with other proposers. ADDRESS FOR SUBMISSION OF PROPOSALS:
DARPA/DSO, Attn: BAA00-22, 3701 N. Fairfax Drive, Arlington, Virginia
22203-1714 Posted 12/16/99 (W-SN409296). (0350) Loren Data Corp. http://www.ld.com (SYN# 0003 19991220\A-0003.SOL)
A - Research and Development Index Page
|
|