COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,2000 PSA#2673 Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue,
Ste 315, Quantico, VA 22134-5010 A -- BAA FOR NON-LETHAL INCAPACITATION SYSTEMS SOL M67854-00-R-1078
DUE 092900 POC Cynthia R. Wells, Contract Specialist (703) 784-4561
E-MAIL: Click here to contact the contract specialist via,
wellscr@mcsc.usmc.mil. Synopsis: 1. General Statement of Research Need
Marine Corps Systems Command (MCSC), Ground Weapons Directorate (CBG),
Non-Lethal Weapons Program Manager is soliciting initial proposals and
final proposals which address applied research and development for the
application and employment of new nonkinetic/limited effects/non-lethal
weapons for personnel incapacitation. (Note: Incapacitation is defined
as "To produce temporary and reversible physiological or psychological
effects that will render an individual(s) incapable of concerted effort
in performing routine tasks." For example, an individual who has been
incapacitated should not be capable of shooting a gun or physically
attacking another individual.) Submissions may include studies and
analysis or the assimilation of new and/or existing technologies. The
requirement is for studies to be conducted over a period not longer
than two years. It is anticipated that two to three projects will be
funded, with awards in the range of $100-300 K. All proposals selected
for funding will be required to submit quarterly status reports that
include financial data and give a program review biannually. At the
project completion a comprehensive report and outbrief will be
required. An evaluation team will recommend at the conclusion of each
project whether to further pursue this technology. 2. Instructions for
Preparation of Initial Proposal and Proposals Offerors are invited to
submit four (4) copies, one of which shall be in MSWord 97 format, of
an initial proposal. The initial proposal should not exceed five (5)
pages of text and should: (a) describe the proposed concept; (b)
provide background information in areas of technical, historical and
applicability; (c) detail the work to be performed; (d) discuss
associated risks; (e) describe deliverables; and (f) estimate costs for
the areas of personnel incapacitation technology and health effects as
detailed below: A. Personnel incapacitation technology- the proposal
shall identify the incapacitation technology,explain how and why it
would be effective, and provide rational for verifying the desired
effect. Specific areas to address include: a. What type of technology
is involved? Chemical (inhalation, skin contact, etc)? Electronic?
Electromagnetic? Mechanical? b. What is the proposed delivery
mechanism? c. What indicates that the technology will successfully
incapacitate an individual? (Specific research, analogy to other
systems, currently fielded capability, theoretical evaluation). d. What
is the proposed operational concept for this technology? (Does the
technology target crowds or individuals, is it employed in enclosed
spaces, etc.) e. What areas or gaps in the technology need to be
researched/explored? B. Health Effects -- The proposal should identify
specific research that will allow a thorough characterization. The
proposal should be able to identify the effect the weapon will have on
the targeted individual(s), and address the overall health effects
associated with employment of the system. Counter-personnel non-lethal
systems should have reversible effects (permanent/severe injuries
should be minimized). The desire is for the weapon effects to become
inert and/or have no residual effect on humans with the simple passage
of time. However, no funding during this phase will be allowed for
actual human or animal testing. a. What is the mechanism for the
desired effect? b. What are the important parameters for describing the
desired effect and what is the threshold for effectiveness in terms of
those parameters? c. What is the duration of the desired effect? d.
What are the most likely undesired health effects from the use of the
technology? e. What are the important parameters for describing the
undesired health effects and what are the thresholds for those
undesired effects? f. What is the variability in response over the
range of the human population? Offerors submitting the most promising
initial proposal will be invited to submit a full technical and cost
proposal on all or part of their initial proposal submission. However,
any such invitation does not assure a subsequent award. Any offeror
may submit a final proposal even if its initial proposal was not
identified as promising or if no initial proposal is submitted;
however, any final proposal submission would be made without the
benefit of feedback prior to final proposal submission. The initial
deadline for initial proposals will be 1600 EST 29 Sep 2000. Final
proposals will be required by 1600 EST, 30 Nov 2000. Offerors must
state in their initial proposal and final proposal that it is submitted
in response to this BAA. This BAA provides no funding for initial
proposal or subsequent proposal development purposes. All initial
proposals will be acknowledged. Initial proposals will not be returned
after evaluation. 3. Criteria for Selecting Proposals, Their Relative
Importance, and the Method of Evaluation The selection of proposals
for award will be based on a scientific review of proposals submitted
in response to each BAA. In accordance with FAR 35.016(e), initial
proposals and full proposals will be evaluated using the following
criteria, shown in order of importance: a. Technical Merit. (Degree to
which new and creative solutions to technical issues important to MCSC
are proposed; offeror's ability to implement the proposed approach as
demonstrated by specific accomplishments in the technical field to be
studied.) b. Importance to Agency Program. c. Availability of funds. d.
Cost realism and reasonableness. e. Past Performance. (For example:
Ability to comply with performance schedules, prior experience,
quality, and management) "THE GOVERNMENT RESERVES THE RIGHT TO SELECT
FOR AWARD ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED." This CBD
notice itself constitutes the BAA as contemplated by FAR 6.102(d)(2).
Awards may take the form of a cooperative agreement, grant, or other
agreement. Unless otherwise stated herein, additional written
information is not available. No formal RFP or other solicitation
regarding this announcement will be issued. Requests for the same will
be disregarded. Initial proposal and final proposals should be
submitted by the due dates cited in the BAA to the responsible POC at
Marine Corps Systems Command, 3041A MCCAWLEY AVENUE, CODE CTQ3 CRW,
QUANTICO, VA 22134. The listed POC should be used for express mail
purposes. Questions regarding contractual matters relating to this BAA
should be directed to Ms. Cynthia R. Wells, Marine Corps Systems
Command, 2033 Barnett Avenue, Suite 315, Code CTQ3 CRW, Quantico, VA
22134/ (703) 784-4561; (703) 784-4436 (FAX); email:
wellscr@mcsc.usmc.mil Questions regarding technical matters should be
directed to Mr. George Gibbs, Non-Lethal Weapons Program Manager, 2033
BARNETTE AVE, QUANTICO, VA 22134 (703) 784-2006 x2791; (703) 784-5842
(FAX); email: gibbsgg@mcsc.usmc.mil Posted 08/24/00 (W-SN489830).
(0237) Loren Data Corp. http://www.ld.com (SYN# 0001 20000828\A-0001.SOL)
| A - Research and Development Index
|
Issue Index |
Created on August 24, 2000 by Loren Data Corp. --
info@ld.com
|
|
|