Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS

B -- TECHNOLOGY DEMONSTRATION!!

Notice Date
April 5, 2001
Contracting Office
311th HSW/PKV, 3207 North Road, Brooks AFB, TX 78235-5363
ZIP Code
78235-5363
Solicitation Number
BAA #98-0203!!
Point of Contact
Ms Mary S. Urey, Contracting Officer, HSW/PKVCB, (210) 536-4419!!
Description
A -- Introduction: The Technology Transfer Division of the Air Force Center for Environmental Excellence (AFCEE) is interested in receiving proposals on the following technology demonstration effort. This BAA announcement applies to a potential award of a contract(s) and is procedurally governed by FAR 35.016. Proposals submitted in response to this BAA should be received by HSW/PKVCB, 3207 North Road, Brooks AFB, TX 78235-5363, Attention: Ms. Mary Urey, no later than 11 May 2001, 3:00PM, Central Daylight Time, in order to be considered for the first round of evaluations. This is a partial small business set aside solicitation valid for 12 months after the published date of this CBD Synopsis. We anticipate the award of up to 6 contracts with 1 small business set aside. Award will be based on the overall merit of the proposal. We reserve the right to select for award any, all or none of the proposals received. Proposals submitted after 11 May 2001, but prior to the expiration date of this BAA, may or may not be evaluated. These proposals will be held for possible action until the expiration date of this BAA. This BAA will be amended to allow for subsequent submission of proposals. Contracts under this BAA are expected to be awarded on an annual basis. Four amendments are anticipated. This announcement dated 6 April 2001represents the third of the four anticipated announcements. Offerors shall be alert for any BAA amendments that may be published in the CBD. Prospective offerors may request a copy of the PRDA and BAA Guide For Industry and the Unsolicited Proposal Guide. The guide is specifically designed to assist offerors in understanding the BAA proposal process while the Unsolicited Proposal Guide offers further guidance in regard to proprietary information. Both of the above mentioned guides are available upon written request to HSW/PKVCB, 3207 North Road, Brooks AFB, TX 78235-5363, Attention: Ms. Mary Urey FAX (210)536-6003. The PRDA and BAA Guide For Industry is available at the Internet website: www.wrs.afrl.af.mil/contract/. The Unsolicited Proposal Guide is available at the Internet website: afmc.wpafb.af.mil/pdl/afmc/pam/64series/64_101/64-101.pdf. B -- Requirements: (1) Technical Description: The key focus of this effort is to further develop field tested pollution prevention and remediation technologies that serve as an innovative means to save money and time while achieving compliance with all air, soil, and water regulatory requirements. The purpose of this acquisition is to apply promising field tested innovative technologies. This is not to test theoretical concepts or technologies that currently exist in a laboratory R&D phase. The remedial technologies areas of interest include, but are not limited to, vapor capture and treatment, phytoremediation, alternative landfill covers, soil vacuum extraction (SVE) techniques with particular interest in chlorinated sites, soil stabilization, passive and reactive treatment walls, natural attenuation/assimilation (either individually applied or applied in a treatment train), fate and transport models, Light Non-Aqueous Phase Liquids (LNAPL) removal, Dense Non-Aqueous Liquids (DNAPL) removal, and innovative remediation technologies and risk analysis methodologies for abandoned firing ranges. Additional areas of interest include innovative pollution prevention techniques, innovative site characterization approaches and tools, and innovative monitoring and optimization systems for existing remediation operations (e.g. pump and treat) including sensors and data management systems. (2) Deliverable Items: The following deliverable items shall be proposed: (a) DI-MGMT-80368. Project Planning (monthly) (b) DI-MGMT-80711, Contractor Progress, Status and Management Report (monthly) (c) DI-MISC-80711, Treatment Study Test Design (draft/final) (d) DI-MICS-80711, Health and Safety Plan (as required) (e) DI-MISC-80711, Analytical Data (as required) (f) DI-MISC-80711, Scientific Report (as required) (g) DI-MISC-80508, Technical Report (draft/final, as required) (h) DI-A-3024A, Presentation Material (as required) (i) DI-Admin-81250, Conference Minutes (as required) (j) DI-FNCL-80331, Funds and Manpower Expenditure Report (monthly) C -- Additional Information: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 24 months. The contractor shall also provide for two additional months for the processing/completion of the final report. The contractor may participate in technology transfer through workshops and/or symposia. (2) Expected Award: Nov. 2001 through Jan. 2002 (3) Government Estimate: Government anticipates multiple awards for this BAA. Individual awards are anticipated to range from $0 to $2,000,000.00. The government has established a target of $25,000,000.00 for the total program covering August 1998 through June 2003. Funding will be equally divided over the five year period. At this time, funding is tenuous and we do not anticipate receiving the full amount for this amendment 03. (4) Anticipated Types of Contracts: Cost Plus Fixed Fee (CPFF), Cost Sharing (CS) Cost Reimbursement (CR), Time-and-Materials (T&M), Cost Plus Incentive Fee (CPIF), and Firm Fixed Price (FFP). (5) Base Support Government Furnished Facilities: The base will provide the successful technology demonstration contractor with existing engineering plans, drawings, diagrams, aerial photographs, and any available site characterization data to facilitate the evaluation of selected sites. The base will arrange for : (a) Personal Identification badges, vehicle passes, and/or entry permits (b) storage space (c) digging or drilling permits (6) Size Status: North American Industry Classification System (NAICS) code 56291 is used. (7) Notice of Foreign-Owned Firms: Such firms are asked to immediately notify the AF Point of Contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this pending acquisition. D -- Proposal Preparation Instructions: (1) General Instruction: All offerors shall, in their proposal and before any pending award, give notice of limitations on Government rights as prescribed in DFARS 252.227-7013, Rights in Technical Data-Noncommercial Items (Nov 1995). For assistance, refer to the Proprietary Information and When and How to Submit section of the Air Force Material Command (AFMC) Unsolicited Proposal Guide. Proposal questions should be directed to one of the points of contact listed herein. Offerors should comply with the instructions contained in the PRDA and BAA Guide for Industry referenced in Section 17A of this announcement. All responsible sources may submit a proposal. Technical and cost proposals must be submitted together, and must be valid for 365 days from the date of Government receipt of proposal. Proposals must reference the above announcement number and include a unique identification number. Proposals must be marked with the restrictive language stated in FAR 15.609(a). All proposals must be submitted with an original and five copies. Proposals will be evaluated IAW the technical and cost areas of interest listed below. Offerors are advised that only the Contracting Officer is legally authorized to commit the Government. (2) Cost Estimate: The accompanying cost proposal/price breakdown shall be supplied together with supporting schedules, and shall contain a projected expenditure profile. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the technology and the technical approach. Additional information shall include prior work in this area, similar work awarded, bench or field test results, and similar submission to other Federal, State, and Local Government Agencies. Descriptions of available equipment, facilities, and brief resumes of critical personnel participating in this effort should also be included. The technical proposal should also include an abbreviated Statement of Work (SOW) describing the technical task and the schedule proposed to be accomplished under the proposed effort. Offerors should refer to the PRDA and BAA Guide For Industry to assist in SOW preparation. Any questions concerning the Technical Proposal or SOW preparation shall be referenced to the technical points of contact cited in this announcement. (4) Page Limitations (Phase I): The purpose of this page limitation is to preclude unwarranted effort on an offeror whose proposed work is not of interest to the government. The Technical Proposal shall be limited to 10 pages, typed at 12 pitch or larger type, double spaced, single sided, on sheets 8.5 X 11 with at least 1 margins. This page limitation is inclusive of indexes, photographs, fold-outs, appendices, and attachments. Pages in excess of this limitation will not be evaluated by the Government evaluators. Suggested inclusion within the 10 page limitation are: (1) four pages describing the proposed technology, (2) one page containing a Statement of Work, (3) one page discussing the capability of the offeror, references and point of contact for the demonstration, (4) three pages describing proposed schedule for demonstration, past experience and performance, and other places the technology has been demonstrated, and (5) one page list of key personnel that will perform the demonstration. The cost proposal has no page limitations; however, offerors are requested to use 5 pages as a goal. (5) Preparation Costs: Be advised that the Government will not pay any proposal preparation costs. The cost of preparing proposals is not an allowable direct charge to any resulting contract that may be awarded as a result of this announcement nor is that cost allowable on any other contract. However, the proposal costs may be an allowable indirect expense to the normal Bid and Proposal (B&P) indirect cost in FAR 31.205-18. E -- Basis for Award: Selection for award will be based on an evaluation of an offeror s proposal (both technical and cost) to determine the overall merit of the proposal in response to this announcement. The technical aspect, which is ranked as first in importance, shall be evaluated based on the following criteria which are of equal importance: 1. New solutions with unique applications to Air Force problems. 2. Organization, clarity and thoroughness of the proposed Statement of Work. 3. Technical approach and ability to perform. The offeror shall demonstrate a clear understanding of how the proposed technology or process will improve upon current commercially available technology or process. Key performance specifications for the proposed demonstration and how the technology or process will be implemented in the demonstration must be discussed. Also, the offeror shall provide sufficient evidence as to their ability to perform proposed demonstration. 4. Availability of qualified technical personnel and their experience with the applicable technology. 5. Past experience with the applicable technology. 6. Benefit to the Air Force which can be translated into the technology s cost effectiveness, potential for Air Force-wide application or fully addresses a unique Air Force need, and the ease of applying the technology full-scale. Cost is ranked as second in importance. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Government reserves the right to select for award of a contract any, all, or none of the proposals received. This acquisition will be implemented through a phased approach. This approach will save the AF and offerors considerable expense by not requiring development of full scale proposals unless necessary. Phase 1 proposals are limited to the 10 page abstract. It is anticipated that the proposals selected for consideration will be awarded directly from the Phase 1 submittal. In the event the government is interested in the proposed work but requires additional information, the offeror will be notified and invited to submit additional information. Phase 2 includes the evaluation of a full proposal. Offerors will have the opportunity in Phase 2 to fully explain all technical, operational, schedule and cost aspects. Page limitations shall be as outlined above except that the technical proposal will be 40 pages and the goal for the cost proposal will be 15 pages. Evaluation criteria remains the same. Such invitation does not assume that the offeror will be awarded a contract. Evaluated proposals will be classified into one of three categories: Category 1: Well conceived, scientifically and technically sound, proposals pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category 1 are recommended for acceptance and normally are displaced only by other Category 1 proposals. Category 2: Scientifically or technically sound proposals requiring further development and are recommended for acceptance, but are at a lower priority than Category 1. Category 3: Proposals are not technically sound or do not meet agency needs. F -- Points of Contact (POC): h Technical POC: AFCEE/ERT, Mr. Jim Gonzales (Primary) or Mr. Jerry Hansen (Alt), 3207 North Rd., Brooks AFB, TX 78235-5363 @ (210) 536-4324 or 536-4353. h Contracting POC: HSW/PKVCB, Ms. Mary Urey (210) 536-4419, 3207 North Rd., Brooks AFB, TX 78235-5363. h An Ombudsman has been appointed to hear concerns from offerors/potential offerors during the proposed development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the project manager or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to appropriate government personnel. Offerors are encouraged to first communicate with the contracting officer before contacting the Ombudsman. When requested the Ombudsman will maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the selection process. Brooks AFB Ombudsman is Mr. Stephen Plaisted at (937) 255-9005. "See Note 2".
Record
Loren Data Corp. 20010409/BSOL001.HTM (W-095 SN50I4H7)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on April 5, 2001 by Loren Data Corp. -- info@ld.com