Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
ANNOUNCEMENTS

A-BAA 00-006 INTEGRATED SYSTEM EXPERIMENTATION FOR IMMUNE BUILDINGS

Notice Date
August 31, 2000
Contracting Office
Supply Department NAVSEA Indian Head, 101 Strauss Ave, Indian Head, MD 20640-5035
ZIP Code
20640-5035
E-Mail Address
BAA 00-006 (pricebl@ih.navy.mil)
Description
Integrated System Experimentation for Immune Buildings: SOL BAA00-006, proposals due 19 November 2000 Technical POC: Dr. Amy E. Alving, Deputy Director, Defense Advanced Research Projects Agency (DARPA) Special Projects Office (SPO), 3701 N. Fairfax Drive, Arlington, Virginia 22203-1714. Facsimile: (703) 516-7360, email: IB_baa00_006@darpa.mil (email contact preferred). Contractual point of contact: Ms. Brenda Price, Contract Specialist, Code 1143B, NAVSEA Indian Head, Surface Warfare Center Division, 101 Strauss Avenue, Indian Head, Maryland 20740. 301-744-6570 Email: pricebl@ih.navy.mil OBJECTIVE: In support of the DARPA SPO Immune Building Program, NAVSEA Indian Head is soliciting proposals (technical and cost) from qualified corporations, research centers, universities, FFRDCs, and DoE laboratories under BAA00-006. This program seeks to make military buildings (such as barracks, office buildings, and Command and Control centers) far less attractive targets for attack by airborne/aerosolized chemical or biological warfare agents (CWA, BWA), by modifying and augmenting building infrastructure to greatly reduce the effectiveness of any such attack. The main DARPA focus is on the challenging problem of protection from internal releases. Infrastructure modifications/augmentations could include changes to the ordinary HVAC infrastructure -- such as real-time, active control of airflow patterns, and/or full-time, passive, highly efficient filtration -- in addition to whatever other modifications might be appropriate -- e.g. real-time neutralization of the aerosolized agent, or networked surveillance systems. The program has three goals: to protect the human inhabitants of such buildings in the event of an attack; to restore the building to full function as quickly as possible after the attack; and to preserve forensic evidence for treatment and retaliation. Through this BAA, the Government solicits proposals to carry out one of the program thrusts -- namely, to design, develop, implement, test, optimize, and demonstrate complete systems architectures to achieve the three program goals. Performers will design building-protection systems architectures; develop, as necessary, the required component technologies within those systems; implement the systems solutions at full scale in well-instrumented testbeds; test the effectiveness of various protection strategies and systems architectures; optimize the most effective protection systems and the required components; and, finally, measure the overall protection provided by that optimal systems solution. These tests of system performance will be supervised and refereed by outside overseers. Performers are responsible for all aspects of work required to successfully demonstrate the performance of their system against the threat described, and to optimize this performance to cover the widest possible range of threats, implemented in the most stressing manner possible. (Through another BAA (NAVSEA Indian Head BAA00-005), the Government is soliciting proposals to develop component technologies that hold the promise of significantly improving our ability to implement building protection systems.) ACQUISITION INFORMATION: It is anticipated that multiple awards will result from this BAA. Performance under this BAA will take place in two separate Phases. Phase I is a short-term effort of approximately ten months duration. It is anticipated that three Phase I contracts will be awarded. Performers will evaluate the threat; assess strategies and candidate architectures for achieving the program goals; survey existing and emerging technologies for implementing these architectures; determine the unknowns and uncertainties associated with these architectures; design a full-scale test facility to be used during Phase II for implementation, experimentation, and optimization of building protection systems; and create a plan to build and then experiment with the test facility during Phase II. In addition, performers will carry out risk-reduction activities, as appropriate, such as component development, test facility preparation/check-out, etc. Phase II is a multi-year effort for experimentation and optimization of building protection systems. It is anticipated that the Phase I performers will be downselected to two Phase II performers. Performers will fabricate and integrate the test facility; experiment in that facility to determine the effectiveness of strategies and to evaluate the performance of their various systems designs; develop an optimal system for the threat (or a few systems optimized to different classes of threat); configure the testbed to implement and optimize this optimal system(s); and measure the effectiveness of this system against a set of (simulated) releases representing internal and external threats. The Government reserves the right to fund, as an option, follow-on Phase III testbed measurements for performers who are successful under Phase II. All parties interested in participating in this BAA must register their interest by providing the following information for their organization: a principal point of contact, phone number, fax number, and email. This information should be emailed to IB_baa00_006@darpa.mil, with the subject line "REGISTER". Registration will allow access to a secure (password-protected) website for this solicitation. This website will include information regarding classified (SECRET) reports available to registered organizations with the appropriate security clearance. In addition, DARPA will make available to all who register a complete list of the registered organizations and the contact information, unless any organization specifically requests not to be included on such a list. DARPA believes that the broad performance requirements under this BAA may necessitate the formation of multi-disciplinary teams or consortia. The secure website described above will be used to facilitate teaming in response to this BAA. Each registered organization may submit a brief (not to exceed two pages), unclassified statement of interests and capabilities for posting on the website; detailed instructions will be provided to each organization after registering as above. In addition to providing an electronic forum, DARPA will host a Bidders' Conference in the Washington DC area on 19 September 2000; the location will be specified on the public solicitation website http://www.darpa.mil/baa/#spo. During the Bidders' Conference, organizations will have the opportunity to briefly describe their capabilities and interests to the other participants, as a first step in forming teams with the full range of technical capability necessary to respond to this BAA. Each organization that plans to attend this meeting must indicate their intention by email to IB_baa00_006@darpa.mil, with the subject line, "BIDDERS' CONFERENCE", and must indicate whether it requests the opportunity to brief. In addition, each organization must provide the names of all planned attendees (using the same email address) to assist in determining the number of attendees. If necessary due to space constraints, the number of attendees per organization may be limited. Additional information will be provided to those who register. Organizations planning to attend the Bidders' Conference are encouraged to register their interest as soon as possible. Registration closes on 15 September 2000. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.016, this announcement and the Proposal Information Pamphlet (PIP) shall constitute the solicitation for this BAA. Evaluations of all proposals will be accomplished through a scientific review of each proposal considering the following general criteria, which are listed in descending order of relative importance: (1) overall scientific merit and technical approach; (2) offeror qualifications, including past performance; and (3) cost realism. Specific criteria for each proposal category can be found in the PIP. Multiple awards are anticipated for this BAA program. As a result of this BAA, Indian Head may award traditional FAR/DFARS type contracts, grants, cooperative agreements, and/or Other Transaction Agreements. No portion of the BAA will be set aside for Historically Black Colleges and Universities (HBCU) or minority institution (MI) participation due to the impracticality of reserving discrete or severable areas of research for exclusive competition among the entries. PROPOSAL SUBMISSION/GUIDANCE: Proposals must describe in detail the offerors plan to design, build and operate a suitable test facility and to develop, implement, optimize, and demonstrate complete systems solutions to make buildings less vulnerable to attack from biological and chemical warfare agents (BWA and CWA), by augmenting building infrastructure to minimize the effectiveness of such attacks and the cost to perform this work. The Proposer Information Pamphlet (PIP) provides further technical and administrative detail for this BAA including elaboration of the anticipated technical challenges, evaluation criteria, funding processes, and formats of abstracts and proposals. Proposals not meeting the specified format described in the PIP will not be considered for award. The PIP is not classified. It will be released by the time of the Bidder's Conference and will be available via the World Wide Web (WWW) at http://www.darpa.mil/baa/#spo. Questions regarding this solicitation or the PIP may be sent to IB_baa00_006@darpa.mil. A Frequently Asked Questions (FAQ) compilation will be posted on the solicitation's secure website, which can be reached through a link on http://www.darpa.mil/baa/#spo. It is anticipated that contracts will be awarded beginning in the first quarter of the Government fiscal year 2001. A table of important dates and milestones is provided in the PIP. Issues regarding the awardee's ability to share their technical data information with other awardees, third parties, and other government entities may become critical in the future. Pertinent intellectual property information details are contained in the PIP. The Government shall not be liable for the cost of proposal preparation and submission. Proposals shall be submitted in accordance with this announcement and the PIP. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published in the Commerce Business Daily (CBD); for the convenience of proposers, indications of any changes will be posted on the solicitation website after being published in the CBD. ORGANIZATIONAL CONFLICT OF INTEREST: Each cost proposal shall contain a section demonstrating that the proposal satisfies the following requirements: 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 supporting any DARPA 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 shall be furnished at the time of proposal submission and 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 offeror has taken, or proposes to take to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then it shall so state in this section. It is the policy of the Government to treat all proposals as competitive information, and to disclose the contents only for the purposes of evaluation. The Government intends to use non-Government personnel as special resources to assist with the logistics of administering the proposal evaluation and to provide selected technical assistance related to proposal evaluation. Support personnel are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractors for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. The Government is seeking participation from the widest number of offerors. pricebl@ih.navy.mil
Record
Loren Data Corp. 20000905/SPMSC001.HTM (W-244 SN492268)

SP - Special Notices Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com