|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604U.S. Army Communications-Electronics Command Acquisition Center --
Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA
22331-0700 A -- BROAD AGENCY ANNOUNCEMENT -- DEVELOPMENT OF UNIQUE TECHNOLOGIES
TO DETECT LANDMINES & MINE-LIKE UNEXPLODED ORDNANCE SOL
DAAB15-00-R-1012 DUE 062100 POC Peggy A. Melanson, Contracting Officer,
703-325-6096 WEB: Click here to access the Interactive Business
Opportunity, abop.monmouth.army.mil. E-MAIL: Click here to send email
to the contracting officer., pmelan@hoffman-issaa2.army.mil. The US
Army Communications Electronics Command (CECOM) Acquisition
Center-Washington on behalf of the CECOM Night Vision and Electronics
Sensors Directorate (NVESD), Science and Technology Division is
soliciting proposal abstracts (or white papers) for the development of
technology to detect land mines. This notice constitutes a Broad
Agency Announcement (BAA) as contemplated in FAR 6.10(d)(2). No request
for proposal (RFP), solicitation, or other announcement of this
opportunity will be made. The objectives of this BAA are (1) develop
landmine detection technology using techniques that utilize properties
of mines that are unique to the mine as opposed to physical properties
that are shared with natural objects, and (2) miniaturize currently
developed mine detection techniques that have demonstrated performance
capabilities: induction coils, GPR, electro-optical techniques,
infrared, and explosives detection (trace and bulk). Substantial
previous investment has been directed towards technologies that exploit
physical properties associated with landmines; in particular, infrared,
electro-optical techniques, ground penetrating radar, and induction
coils. In this announcement we are soliciting sensor development
efforts that offer "orthogonal" solutions to the mine detection problem
in order to reduce the false alarm rates typical of these types of
sensors. To this end, we are pursuing technologies or supporting
technologies for the development of sensors that exploit
characteristics unique to a landmine. The work solicited in this BAA is
intended to compliment and extend the work currently done in the
present and past for the Defense Advanced Research Projects Agency and
work currently funded through NVESD and PM-MCD. In support of BAA
objective 1, NVESD is particularly interested in technology that
exploits the unique signature of the explosives contained within the
landmine (bulk detection) or tiny amounts of explosive-specific
chemicals that escape the case to the soil surface and into the
headspace (trace detection). Preference will also be given to
technology concepts that use some other feature unique to a landmine
that has promise to substantially reduce the probability of false
alarms. The goal is to develop technology that can detect landmines in
field conditions with sufficient sensitivity and speed to support
op-tempo (vehicle or handheld) rates of advancement through mined areas
and to pin-point individual mine locations. When evaluating proposed
technologies for hand-held countermine missions against a predominantly
antipersonnel (AP) mine threat, preference will be given to systems
that are real-time, lightweight, low power, and low cost. Handheld
systems will be evaluated against a desired 1 m2 per minute scan rate,
localization to within 10 cm of the edge of the mine, with a very low
false alarm rate (FAR): < 0.02 / m2 and a corresponding high
detection rate, between 95-100%. To support vehicle countermine
applications against a predominantly (antitank) AT mine threat,
preference will be givento real-time systems that can support a minimum
vehicle speed of 7kph, localization to within 15 cm of the edge of a
mine, and is of limited size and weight to support a light weight
brigade-sized vehicle, and low cost. If successful, this program will
develop and demonstrate sensors, technologies, or prototype systems
with operationally relevant performance in configurations that are
capable of transport and use in either a handheld or vehicle (to
include small robots) setting. Towards objective 1, we are also
soliciting supporting technologies and research efforts; for example
development of explosive-related-compound specific (2,4-DNT, 1,3-DNB,
2-ADNT, 4-ADNT, cyclohexanone, etc.) polymers, sampling technologies to
support detection of trace signatures on soil particles, vapor sampling
technologies, amplification research efforts and devices to support
trace detection technologies, and devices and methods to support
experimentation regarding the quantities and composition of trace
explosive signatures that result from landmines and how this changes
with time and as a result of varying environmental conditions. White
papers that address detection of landmines via fuze materials will be
considered responsive if the property of the fuze exploited is unique
to landmines or unexploded ordnance. In addition, white papers that
address the detection of mines not filled with the two most common
types of explosives (TNT or RDX) are sought (e.g., Tetryl, PETN). In
support of BAA objective 2, NVESD is soliciting white papers for
efforts whose goal is to miniaturize existing landmine detection
technologies. A miniaturization white paper will be considered
responsive if the sensor meets the performance goals listed below or
full-size sensor capabilities (whichever is more capable), weighs no
more than 1 pound including a power source capable of supporting at
least one hour of continuous operation and occupies not more than the
equivalent of a 1000 cm3 volume fully-deployed. It is envisioned that
such a sensor would be deployed on a COTS robot. To support missions
that require a robotic platform, white papers will be evaluated against
a desired 7kph scan rate (track width 0.5 meter corresponds to
58m2/min), localization to within 10cm of the edge of the mine, a very
low FAR, < 0.2 / m2 and a corresponding high detection rate,
between 95-100%, for both AT and AP mines. White papers offering
miniature versions of the following technologies are sought: induction
coil, GPR, Quadrupole Resonance (QR), and trace chemical detection
systems. White papers predominantly describing robot development or
system integration will not be considered. Approximately $1M in FY01
and $2M in FY02 of Army advanced technology development funds are
anticipated to be available to conduct these research and development
efforts. Awards against this BAA can be made for 2-years after receipt
of proposals. Specific costs and terms and conditions will be
negotiated prior to award. The Government contemplates the awarding of
Cost Reimbursement (Cost, CPFF) type contract(s), however, proposals
based on other contract types will be considered. The Government
reserves the right to select for award all, some, or none of the
proposals received. The maximum length of an award will be 3 years.
There is no "a priori judgement" regarding the number or size of
individual awards or the allocation of total research and development
funds across the functional areas listed above. WHITE PAPER SUBMITTAL
-- All responsible sources capable of satisfying the Government's needs
may submit a white paper. The purpose of the white paper is to preclude
unwarranted effort and expense by potential offerors in preparing a
full technical and cost proposal for efforts not considered responsive
or for efforts evaluated to have very low overall probability of
obtaining support. White papers are due on 21 June 2000 at 1400 hours
(EST). Proposals shall be submitted via electronic media (no paper
copy) to CECOM Acquisition Center-Washington, 2461 Eisenhower Avenue,
Room 1124, Alexandria, VA 22331-0700. Three copies of the white paper
must be submitted on three separate electronic media: either 3 inch
floppy disk, CD ROM, or IOMEGA Zip, in pdf format or in MS Software
(Word, Excel, etc) format. White papers are limited to seven pages and
shall consist of 3 primary sections: Technical, Management and Cost.
The Technical section shall consist of a clear description of the
technology(s) being proposed, the objectives of the proposed effort,
the technical issues to be resolved to accomplish the objectives, the
approach to resolving these issues, an assessment of the ultimate
capability of the proposed technology quantified in probability of
detection, false alarm rate, rate of advance, power usage, weight, and
operating requirements, and an assessment of the timetable for
fielding the proposed solution in other words the anticipated time
required to develop a rugged prototype that meets the stated
performance objectives. The Management portion shall include specific
prior experience in the proposed technology areas, facilities, and a
plan of action for the proposed milestones. The Cost portion shall
consist of a one page cost breakdown of the effort being proposed to
include options for level of effort, contract duration and technology
approach(s). In addition to the seven pages, a one-page resume for the
Principal Technical Investigator, Project Manager, and other key
personnel should be submitted. WHITE PAPER EVALUATION CRITERIA -- White
papers will not be evaluated against each other. Evaluations of the
white papers will be conducted using the following criteria (listed in
order of importance): 1. The degree to which the proposal addresses
the BAA's technical goals. The novelty or uniqueness of the
ideas/approaches will be given special consideration if based on sound
scientific principles with supporting data. The following may be
considered under this evaluation factor: the overall scientific or
technical merits of the proposal, the extent to which the proposed
approach offers significant potential improvements in comparison to
current technologies presently used or being developed, the degree to
which the proposed technology's phenomenology/approach will be
implemented in a hardware or software prototype and assessed in "blind"
field testing, as opposed to technology that will be tested in a
laboratory environment or paper studies. 2. The qualifications,
capabilities and related experience of the proposed principal
investigator, team leader, and other key personnel. 3. The
reasonableness, realism, and affordability of the proposed costs.
EVALUATION AND FUNDING PROCESSES CECOM-Acquisition Center-Washington
will respond to each white paper with a invitation to propose or a
notification that a proposal will not be entertained. Only those
invited offeror's will be permitted to submit a full proposal. NVESD
will review proposal abstracts within sixty (60) calendar days after
receipt and will allow forty-five (45) calendar days for submission of
full proposals. The exact time, date and format for proposalsubmission
will be provided in the white paper acceptance letter. The proposal
evaluation criteria will also be provided in white paper acceptance
letter. After the proposal evaluation is completed, each offeror will
be notified of selectability or non-selectability. Selectable proposals
will be considered for funding; non-selectable proposals will be
destroyed. (One copy of non-selectable proposals may be retained for
file purposes.) Not all proposals deemed selectable will be funded.
Decisions to fund selectable proposals will be based on funds
available, scientific and technical merit, and potential contribution
and relevance to NVESD mission. Proposals may be considered for funding
for a period of up to two years. The Government reserves the right to
select for award all, some, or none of the proposals received. BASIS
FOR AWARD -- The selection for contract award will be based on a
scientific and engineering peer review evaluation of proposals. The
business and contractual aspects, including cost, will also be
considered as a part of the evaluation. The purpose of the evaluation
will be to determine the relative merit of the technical approach
proposed in each response to the BAA. Evaluation and selection of
proposals for awards will be made on the basis of the potential
benefits occurring to the Government when weighed against the cost of
the proposal. Additional primary considerations will include an
independent Government assessment of the probability of success of the
proposed approach and the availability of funding. 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 providing scientific, engineering and technical assistance
(SETA) or similar support to any Government technical 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 should be furnished at the time of proposal submission.
All facts relevant to the existence or potential existence of
organizational conflicts of interest, as that term is defined in the
FAR 9.501, must be disclosed. The disclosure shall include a
description of the action the offeror has taken, or proposes to take,
to avoid, neutralize or mitigate such conflict. Offerors should also
indicate if the proposed effort is the subject of an on-going IR&D
program. It is our policy to treat all proposals as privileged
information before award and to disclose the contents for evaluation
purposes only. All reviewers are made aware that proposals shall not be
duplicated, used, or disclosed in whole or in part, for any purpose
other than to evaluate, without written permission of the offeror.
Restrictive notices notwithstanding, proposals may be handled, for
administrative purposes only, by a support contractor. The support
contractor is prohibited from competition in NVESD technical research
and is bound by appropriate nondisclosure requirements. This BAA is
issued under the provision of Paragraph 6.102 (d) (2) of the Federal
Acquisition Regulation (FAR) which provides for the competitive
selection of basic research proposals. Proposals submitted in response
to this BAA that are selected for award are considered to be the
result of full and open competition and are in full compliance with the
provisions of Public Law 98-369, "The Competition in Contracting Act"
of 1984. This announcement is an expression of interest only and does
not commit the Government to pay for proposal preparation cost. The
cost of preparing proposals in response to this BAA is not considered
an allowable direct charge to any resulting contract or to any other
contract. However, it may be an allowable expense to the normal bid and
proposal indirect cost as specified in FAR 31.205-18. Proposals will be
considered from organizations interested in conducting scientific
research, such as colleges and universities, commercial firms,
nonprofit research institutes, small business and small disadvantaged
business concerns, historically black colleges and universities and
minority business enterprises and institutions. Contingent upon meeting
established security requirements, industries of all foreign countries
are eligible to participate in this BAA. At present classified
contracts are not anticipated. If a subcontract(s) with a Federally
Funded Research and Development Center (FFRDC) is proposed, offerors
are reminded of the limitations in their use (see FAR 35.017) and must
provide documentation in the proposal that work is not otherwise
available from the private sector. To be eligible for award of a
contract, a prospective contractor must meet certain minimum standards
pertaining to financial resources, ability to comply with the
performance schedule, prior records of performance, integrity,
organization, experience, operational controls, technical skills,
facilities and equipment. Also, registration in the Contractor Central
Registration prior to award, is mandatory. For additional information
and guidance concerning qualifications and standards for
responsibility of perspective contractors, please refer to FAR Part 9.
There will be no formal request for proposal or any other solicitation
document issued in regards to this BAA; therefore, interested parties
should be alert for any BAA Amendments that may be published in the
Commerce Business Daily or posted on the Army Single Face to Industry,
Interactive Business Opportunity Page (abop.monmouth.army.mil). The
Government strongly encourages the informal discussion of any proposed
effort prior to the submission of a formal proposal. Questions
concerning contractual, cost, or pricing format may be directed to the
Contracting Officer, Ms. Peggy Melanson 703-325-6096. Questions on
technical matters related to mine detection should be referred to Ms.
Vivian George (703) 704-3805 or vgeorge@nvl.army.mil. All interested
parties are encouraged to contact the cited individuals at any
timeprior to proposal submission in order to obtain clarifications and
guidance. Offerors are cautioned that all such inquiries must be made
prior to Government receipt of proposal abstracts. Once a proposal
abstract is received by CECOM Acquisition Center-Washington, all
communications should be through the Contracting Officer. Prospective
offerors are cautioned that only the Contracting Officer is legally
authorized to commit the Government. Posted 05/17/00 (W-SN455781).
(0138) Loren Data Corp. http://www.ld.com (SYN# 0005 20000519\A-0005.SOL)
A - Research and Development Index Page
|
|