Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
MODIFICATION

A -- Technology Demonstrations and Assessments for Counter Insurgency Operations

Notice Date
7/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX12R0020
 
Archive Date
10/25/2012
 
Point of Contact
Tammy L. Wright, 301-394-0045
 
E-Mail Address
ACC-APG - Adelphi
(tammy.l.wright1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
I. OVERVIEW OF THE FUNDING OPPORTUNITY This Broad Agency Announcement (BAA), which sets forth basic and applied research areas of interest in the area of technology demonstrations and assessments for counter insurgency operations. This BAA is issued under the provisions of Federal Acquisition Regulation (FAR) 6.102(d)(2) to provide for competitive selection of research proposals. Contracts based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public Law (PL) 98-369 Section 2701, "The Competition in Contracting Act of 1984." Awards for submissions under this BAA are planned in Fiscal Year (FY) 2012/2013. Funds may not be available for all requirements under this BAA. No contract awards will be made until appropriated funds are available from which payment for contract purposes can be made. The Government reserves the right to make no awards under this BAA. Research proposals are sought from educational institutions, nonprofit organizations, and commercial organizations for research in material and nonmaterial approaches to Technology Demonstrations and Assessments for Counter Insurgency Operations. Proposals will be evaluated only if they are for scientific study and experimentation directed toward advancing the state of the art or increasing knowledge and understanding. Foreign owned, controlled, or influenced firms are advised that security restrictions may apply that could preclude their participation in these efforts. Before preparing a proposal, such firms are requested to contact the ARL Security and Counterintelligence Branch (301) 394-2444 concerning their eligibility. Pursuant to the policy of FAR 35.017 and supplements, selected Federally Funded Research and Development Centers may propose under this BAA. The Government has a long history of advocating and supporting research at historically black colleges and universities and minority institutions (HBCU/MI). We actively seek research proposals from HBCUs and MIs in full competition with all offerors who may submit proposals under this BAA. Proposals may be submitted at any time. We also encourage the inclusion of HBCUs and/or MIs as part of a consortium proposal or as subcontractors to prime recipients. In order to conserve valuable offeror and Government resources and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective offerors contemplating submission of a white paper or proposal are strongly encouraged to contact the appropriate technical point of contact (TPOC) before submission. The TPOCs' names, telephone numbers, and e-mail addresses are listed immediately after each research area of interest. If an offeror elects to submit a white paper, it must be prepared in accordance with the instructions contained in PART II Section D. Upon receipt, a white paper will be evaluated and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART II Section G. The costs of white papers and/or complete proposals in response to this BAA are not considered an allowable direct charge to any award resulting from this BAA or any other award. It may be an allowable expense to the normal bid and proposal indirect costs specified in FAR 31.205-18. In accordance with federal statutes, regulations, and Department of Defense policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Department of Defense. Offerors submitting proposals are cautioned that only a Contracting Officer may obligate the Government to any agreement involving expenditure of Government funds. This BAA is a continuously open announcement valid throughout the period from the date of issuance through 03 May 2013, unless announced otherwise. Amendments to this BAA will be posted to the FedBizOpps web site when they occur. Interested parties are encouraged to periodically check this website for updates and amendments. Awards based on responses to this BAA are considered to be the result of full and open competition. A. Required Overview Content. 1. Agency Name: Department of Defense (DoD)/Combating Terrorism Technical Support Office (CTTSO) 2. Issuing Acquisition Office: Army Contracting Center, Aberdeen Proving Ground, Adelphi Contracting Division 3. Research Opportunity Title: Technology Demonstrations and Assessments for Counter Insurgency Operations 4. Announcement Type: Initial Announcement 5. Research Opportunity Number: W911QX-12-R-0020 6. Announcement Period: 04 May 2012 - 03 May 2013 This BAA is a continuously open announcement valid throughout the period from the date of issuance through 03 May 2013, unless announced otherwise. Amendments to this BAA will be posted to the FedBizOpps web site when they occur. Interested parties are encouraged to periodically check this website for updates and amendments. B. Limitation of Funds. The Government intends to incrementally fund Cost Reimbursable contracts awarded from this BAA as provided by FAR 52.232-22, "Limitation of Funds." Most contracts awarded are anticipated to be 6 to 24 months in duration. To facilitate incremental funding, submissions shall include the cost and schedule by a task-phased structure with clear exit criteria, and shall be inclusive of all work to complete the effort including any options. It is anticipated that the entire effort will be negotiated with the initial contract award. II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY A. Description of Overall Opportunity Technology Demonstrations and Assessments for Counter Insurgency Operations. The DoD/CTTSO seeks proposals for the research and demonstration of technologies to detect, disrupt, degrade, and dismantle insurgent groups for future conflicts. The DoD/CTTSO envisions that in the future, many areas of the world may be plagued by insurgencies which survive in some measure due to problems of poor governance, corruption, militant resistance, ethnic conflicts and criminality. The security problems for the DoD/CTTSO are likely to be defined by insurgent groups attacking host nation government forces from within the population and exploiting the host nation government's challenges in providing security and enforcing their laws. These insurgencies are likely to be supported by terrorist groups, criminal groups, and gangs. The objectives of this effort are as follows: research and demonstrate comprehensive information management methodology for material and nonmaterial solutions, and then transition the methodology to organizations that have the responsibility of countering insurgent groups. B. Award Information. Awards made under this BAA shall be in the form of contracts and are subject to the availability of appropriations. NOTE: Persons submitting proposals are advised that only the Contracting Officer can obligate the Government to any agreement involving expenditure of Government funds. C. Eligibility Information. 1. Eligible Applicants The Government encourages nonprofit organizations, educational institutions, small businesses, small disadvantaged business (SDB) concerns, Historically Black Colleges and Universities (HBCU), Minority Institutions (MI), women-owned businesses, and Historically Underutilized Business zone enterprises as well as large businesses and Government laboratories to submit research proposals for consideration and/or to join others in submitting proposals; however, no portion of the BAA will be set-aside for these special entities because of the impracticality of reserving discrete or severable areas of research and development (R&D) in any specific requirement area. The final determination will be made based on the individual technical merits of the proposal and budget constraints within the mission priorities. 2. Cost Sharing or Matching There is no required cost sharing, matching, or participation to be eligible under this BAA. 3. Contractor Registrations: Central Contractor Registrations (CCR) and Online Representation and Certifications (ORCA) To be eligible for contract award, a responsible offeror must meet certain minimum standards pertaining to financial solvency and resources, ability to comply with the performance schedule, prior record of satisfactory performance, integrity, organization, experience, operational controls, technical skills, facilities, and equipment. See FAR 9.104. Additionally, all offerors must be registered in the Central Contractor Registration database, website www.ccr.gov, as indicated in FAR 4.1100. Contractors must complete Online Representation and Certifications at https://orca.bpn.gov. An award will not be made to an applicant until the applicant has complied with all applicable CCR/ORCA requirements. 4. Procurement Integrity, Standards of Conduct, Ethical Considerations Certain post-employment restrictions on former federal officers and employees exist including special Government employees (Section 207 of Title 18, United States Code (U.S.C.)). If a prospective offeror believes that a conflict of interest exists, the offeror should make this known to the issuing office's Contracting Officer for resolution before time and effort are expended in preparing a proposal 5. Defense Contract Audit Agency (DCAA) Approval The offeror is required to have a DCAA-approved accounting system prior to proposal submission. The offeror is required to provide documentation to support this at the time of proposal submission. 6. Other Foreign owned, controlled, or influenced firms are advised that security restrictions may apply that could preclude their participation in these efforts. Before preparing a proposal, such firms are requested to contact the ARL Security and Counterintelligence Branch (301) 394-4166 concerning their eligibility. Pursuant to the policy of FAR 35.017 and supplements, selected Federally Funded Research and Development Centers may propose under this BAA. D. Submission Information. 1. Address to View Broad Agency Announcement This BAA may be accessed from www.fbo.gov. 2. Content and Form of Application Submission Section 1 - General Information: Preliminary Inquires: Because of financial constraints, we are able to provide support for only a limited number of the proposals received. We realize that the preparation of a research proposal often represents a substantial investment of time and effort by the offeror. Therefore, in an attempt to minimize this burden, we strongly encourage organizations and individuals interested in submitting research proposals to make preliminary inquiries as to the general need for the type of research effort contemplated, before expending extensive effort in preparing a detailed research proposal or submitting proprietary information. Use of Color in Proposals: All proposals received shall be stored as electronic images. Electronic color images require a significantly larger amount of storage space than black and- white images. As a result, offerors' use of color in proposals should be minimal and used only when necessary for details. Do not use color if it is not necessary. Section 2 - White Paper Preparation 1. White papers should focus on describing details of the proposed research, including how it is innovative and how it could substantially increase the scientific state of the art. DoD/CTTSO relevance, and potential impact should also be described. 2. White papers are limited to five (5) pages plus the cover page and a one-page addendum as discussed below. Evaluators will be advised that they are only required to review the white paper cover page and up to five pages and the addendum. 3. Combine all files and forms into a single PDF before submitting. TECHNICAL INFORMATION: 1. A detailed discussion of the effort's scientific research objective, approach, relationship to similar research, and level of effort shall be submitted. Also include the nature and extent of the anticipated results and, if known, the manner in which the work will contribute to the accomplishment of DoD/CTTSO 's mission and how this would be demonstrated. 2. The type of support, if any, that the offeror requests of the Government, such as facilities, equipment, demonstration sites, test ranges, software, personnel or materials, shall be identified as government furnished equipment (GFE), government furnished information (GFI), government furnished property (GFP), or government furnished data (GFD). Offerors shall indicate any Government coordination that may be required for obtaining equipment or facilities necessary to perform any simulations or exercises that would demonstrate the proposed capability. 3. As an addendum to the white paper, include biographical sketches (one page) of the key personnel who will perform the research, highlighting their qualifications and experience. 4. The cost portion of the white paper shall contain a brief cost estimate revealing all the component parts of the proposal, including research hours, burden, material costs, travel, etc. RESTRICTIVE MARKINGS ON WHITE PAPERS: 1. Any proprietary data that the offeror intends to be used only by the Government for evaluation purchases must be identified. The offeror must also identify any scientific data contained in the white paper that is to be treated by the Government as limited rights data. In the absence of such identification, the Government will assume to have unlimited rights to all scientific data in the white paper. Records or data bearing a restrictive legend may be included in the white paper. It is the intent of the Government to treat all white papers as privileged information before the award and to disclose their contents only for the purpose of evaluation. 2. The offerors are cautioned, however, that portions of the white papers may be subject to release under terms of the Freedom of Information Act, 5 U.S.C. 552, as amended. EVALUATION AND DISPOSITION OF WHITE PAPERS: 1. Evaluation Process: Offerors are advised that invitations for complete proposals will be made based on the initial white paper submission and the availability of funding. As stated above, the white paper will be evaluated for the concept's scientific merit and potential contributions of the effort to the DoD/CTTSO mission. Offerors whose white papers are evaluated as having significant scientific merit may be invited to submit a complete detailed proposal. Details of the required technical proposal content will be provided at the time of invitation. Care must be exercised to ensure that classified, sensitive, critical technologies are not included. If such information is required, appropriate restrictive markings and procedures should be applied. 2. Disposition Process: After completion of the evaluation, the offeror will be notified in writing of the results. Section 3 - White Paper Submission All White Papers must be submitted electronically and should be emailed. Include the BAA number W911QX-12-R-0020 in the email subject line. White papers submitted via email must be in the following format but do not require any special forms: Single PDF formatted file as an email attachment Page Size: 8 x 11 inches Margins - 1 inch Spacing - single Font - Times New Roman, 12 point E. Review Information. 1. Evaluation Criteria. The criteria used to evaluate and select proposals for projects are described as follows. 1.1. Basic Requirement. All elements of the proposed solutions must exhibit a comprehensive understanding of the problem and the requirements. The proposed solution must be fully compliant with all elements of the solicitation including format, content, and structure as well as all BAA instructions. 1.2. Overall Scientific and Technical Merit. 1.2.1The proposed technical approach must be feasible, achievable, complete, and supported by a proposed technical team that has the expertise and experience to accomplish the proposed tasks. Task descriptions and associated technical elements are to be complete and in a logical sequence. All proposed deliverables must clearly define a final product that meets the requirement and can be expected as a result in the award. The proposal must identify and clearly define technical risks and planned mitigation efforts. Those risks and the associated mitigation must be defined, feasible and reasonable. The roles of the prime and other participants required must be clearly distinguished and precoordination with all participants fully documented. The requirement for and the anticipated use or integration of Government Furnished Material (GFM) including all equipment, facilities, and information, must be fully described including dates when such GFM will be required. Intellectual property ownership and the planned transition to production must be adequately addressed, including a support concept for the product described. Similar efforts completed by the offeror in this area must be fully described including identification of other Government sponsors. 1.2.2The potential contributions of the effort to the DOD/CTTSO mission and the extent to which the research effort will contribute to balancing the overall DOD/CTTSO research program. 1.3. Cost. The proposed costs must be both reasonable for the work proposed and achievable. The proposal must document all anticipated costs including those of associate, participating organizations. The proposal must demonstrate that the offeror has fully analyzed budget requirements and addressed resulting cost risks. Other sponsors who have funded or are funding this offeror for the same or similar efforts must be identified by agency, program manager name, phone number and e-mail address. 1.4. Schedule. The proposed schedule must be reasonable, achievable, and complete. The proposal must indicate that the offeror has fully analyzed the project's critical path and has addressed the resulting schedule risks. 1.5. Contractor Past Performance. Past performance is a risk assessment based upon the probability of successfully performing the requirement. The offeror's past performance in similar efforts must clearly demonstrate an ability to deliver products that meet the proposed technical performance requirements within the proposed budget and schedule. The proposed project team must have demonstrated expertise to manage the cost, schedule and technical aspects of the project. The Government's evaluation, at all phases of the BAA, of past performance will rely on evidence provided directly by offerors as well as independent sources of information. The offeror shall state if it has no relevant past performance. Lack of relevant past performance may represent additional risk. 2. Review and Selection Process The proposal selection process will be conducted based upon a technical peer review according to the evaluation criteria specified above. Each proposal will be evaluated based on the merit and relevance of the specific proposal as it relates to the development of Demonstrations and Assessments for Counter Insurgency Operations rather than against other proposals for research in the same general area. 3. Recipient Qualification The Federal Awardee Performance and Integrity Information System (FAPIIS) will be checked prior to making an award. The web address is https://www.fapiis.gov/fapiis/govt/fapiispubaccessmain.jsp. The applicant representing the entity may comment in this system on any information about itself that a Federal Government Official entered. The information in FAPIIS will be used in making a judgement about the entity's integrity, business ethics, and record of performance under Federal awards that may affect the official's determination that the applicant is qualified to receive an award. F. Agency Contacts. Any questions concerning this synopsis may be directed: Contract Specialist- Tammy L. Wright, tammy.l.wright1.civ@mail.mil Contract Officer, Kathy Harrigan, kathy.a.harrigan2.civ@mail.mil G. Other Information. Proposals must not include any information that has been identified as classified national security information under the authorities established in the Executive Order 12958, Classified National Security Information. ******************************************************************************** Revisions to the General Posting can be viewed in thier entirity within the document BAA_General_Posting_Amendment_I dated 07/26/2012. Additional details are within the attachment that are not contained above. All portions of the revised/additional information have been highlighted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ce7d4e16bdbc055bbd30a2af8d5eed3)
 
Record
SN02818000-W 20120729/120727235800-5ce7d4e16bdbc055bbd30a2af8d5eed3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.