MODIFICATION
A -- Countering Weapons of Mass Destruction (CWMD) Other Transaction Agreement (OTA) Combined Synopsis/Solicitation
- Notice Date
- 8/31/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-R-0AV2
- Point of Contact
- Kristen Kachur, Phone: 9737243217
- E-Mail Address
-
kristen.e.kachur.civ@mail.mil
(kristen.e.kachur.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 01 - The purpose of this amendment is to revise the Scope in Section II below, establish a page limit on proposal submissions, and extend the proposal due date to 19 September 2017. _______________________________________________________ I. Introduction The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Office of the Assistant Secretary of the Army for Acquisition, Logistics, and Technology (ASA(ALT)) and the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) is releasing this competitive combined synopsis/solicitation to establish a Section 815 Other Transaction Agreement (OTA) for Prototype Projects under 10 U.S.C. 2371b with a new or established consortium, to develop and mature technologies in the critical field of Countering Weapons of Mass Destruction (CWMD). Other organizations and agencies may utilize this OTA. It is anticipated that these organizations may include Defense Threat Reduction Agency (DTRA), Department of Homeland Security (DHS), Office of the Deputy Assistant Secretary of Defense for Threat Reduction and Arms Control (TRAC), and other U.S. Government entities. It is the Government's intention to enter into an OTA with only one (1) consortium that can best meet the Government's defined scope provided below. By definition, the consortium is an organized group of entities that agree to participate under a common rule set. The consortium should be open to new membership and display a broad array of expertise and experience connected to the domains identified herein. Prospective members must agree to the terms of the consortium. A consortium comprised of educational, nonprofit, and commercial organizations with broad and open membership is required to provide the Government a partner able to collaborate across barriers that include military/civilian, public/private, local/regional/national, and political/jurisdictional matters and concerns. II. OTA Scope The Joint Program Executive Officer for Chemical and Biological Defense and countering weapons of mass destruction partners have a requirement for rapid prototyping in order to counter threats posed by weapons of mass destruction (WMD). The prototyping requirements include any technologies that enable or enhance the understanding of the WMD operational environment, threats, and vulnerabilities; controlling, defeating, disabling, and/or disposing of WMD threats; safeguarding the force while managing consequences; and promote the cooperation, coordination, interoperability, and decision making amongst all CWMD entities. The Government, in conjunction with the consortium, will evaluate prototype projects designed to enhance mission effectiveness and to develop and mature technologies in the field of countering weapons of mass destruction. Possible requirements would encompass activities that span all phases of acquisition as described in the DODI 5000.02. The consortium for this OTA should have the full breadth, depth, ability, and expertise to provide technologies related to research, development, acquisition, fielding and life cycle support for the following (non-inclusive) capability areas: chemical, biological, radiological and nuclear counter-proliferation, nonproliferation, and defense equipment; installation and force protection; command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) systems for WMD detection, localization, identification, and tracking; technologies that support the find, fix, finish, exploit, analyze, and disseminate (F3EAD) process; WMD precursor, agent, and device defeat or neutralization; manned and unmanned platforms capable of supporting CWMD operations; etc. These capability areas support the DoD strategy for countering weapons of mass destruction in the following (non-inclusive) technical areas: WMD Consequence Management and Hazard Mitigation: This technical area focuses on providing capabilities to reduce, eliminate, counter, survive, and mitigate the effects of WMD threats. This can include capabilities for non-intrusive diagnostics, transport, removal, destruction or neutralization of a threat, material solutions to consequence managers, and the integration of CWMD support between Federal, State, and Local First Responders. Example requirements include: • Development, production, testing, integration, sustainment, operation and fielding of capabilities (people, equipment, and training) required to conduct WMD destruction operations (assess, access, demilitarize, decontaminate, dispose, and recover) worldwide. • Development/enhancement, demonstration, and transition of a system or system of systems that can be used to detect, identify, avoid, shield, contain, neutralize and dispose and related functions of WMD threats. • Development/enhancement, demonstration, and transition of capabilities and technologies to extend the period of mission effectiveness of personnel and systems subjected to the effect of WMD threats. • Development/enhancement, demonstration, and transition of technologies, processes and methodologies to work more closely with civil authorities, partner nations and all components of the Armed Forces to equip them with capabilities to protect against WMD threats. • Development/enhancement, demonstration, and transition of homeland security intelligence capabilities and structures to enhance prevention, protection, response, and recovery efforts with respect to a CBRNE attack. • Development/enhancement of render safe technologies. • Development/enhancement, demonstration, and transition of forensic technologies. Threats and Vulnerabilities Awareness, Counter-Proliferation Technologies and Capabilities: This technical area focuses on the development of technologies to assist in the location, identification, characterization, assessment, and prediction of WMD threats. This can include capabilities for situational awareness and information systems, advanced sensors and platforms, unmanned systems and robotics, sensitive site exploitation (SSE) and forensics, intelligence, and surveillance and reconnaissance. Special operations forces are anticipated to be the primary end user; however, conventional forces, surveillance, reconnaissance, and intelligence specialists, and inter and intra-organizational entities will also participate. Example requirements include: • Development/enhancement, demonstration, and transition of a hand-held, rapid WMD material detection and identification capability for special operating forces in support of sensitive site exploitation missions and for identification during offensive and direct action missions. • Development/enhancement, demonstration, and transition of a safe, robust, sample collection capability for use by special operating forces, technical support working groups and crisis response forces operating in support of SSE missions. • Technology to integrate knowledge across disciplines and improve rapid processing of intelligence and dissemination of information. • Development/enhancement, demonstration, and transition of a safe, suitable and effective self-contained breathing apparatus that supports special operating forces specific requirements for the execution of CWMD missions. • Development/enhancement, testing, verification and validation and transition of software tools or related capabilities. • Development/enhancement, demonstration, and integration of an integrated early warning capability, accredited hazard prediction model, state-of-the-art consequence management, and related course of action analysis tools. • Development/enhancement, demonstration, and transition of capabilities to support homeland security-focused intelligence analysis of terrorist actors, their claims, and their plans to conduct attacks involving CBRNE against the United States, and of global infectious diseases, public health, food, agricultural, and veterinary issues. • Development/enhancement, demonstration, and transition of capabilities to support and enhance the effective sharing and use of appropriate information generated by the intelligence community, law enforcement agencies, other governmental authorities, and foreign governments. Arms Control Technologies: This technical area focuses on the development, demonstration, and transition of technologies or processes that facilitate the implementation of WMD-related international arms control, initiatives, understandings, treaties and other agreements. Example requirements include: • Technologies to support strategic arms control treaties. • Technologies to support future nuclear warhead counting regimes. • Technologies to support future non-strategic (tactical) nuclear arms control agreements. • Technologies to support the Chemical Weapons Convention and other CW-related agreements. • Technologies to support the Biological Weapons Convention and other BW-related agreements. Chemical, Biological Radiological, and Nuclear (CBRN): This technical area focuses on the rapid development, demonstration, implementation and transition of prototypes, products and test infrastructure to deliver capability to the Joint Warfighter in support of combating CBRN threats. Example requirements include: • Development/enhancement, demonstration, and transition of technologies which rapidly reduce contamination hazards and enable reduction of Mission Oriented Protective Posture (MOPP) level while reducing life cycle costs and logistical burdens. • Development/enhancement, demonstration, and transition of individual protection which provide percutaneous protection (suits, boots, gloves) as well as inhalation and ocular protection (respirators) on the ground and in the air, to include rotary and fixed wing variants. • Provision of mobile, transportable, shipboard, and fixed site collective protection systems (e.g., filters, shelters, field hospitals, and kits). • Development/enhancement, demonstration, and transition of a capability for protecting the interior of critical airlift assets from cross-contamination by chemical and biological contaminated personnel and equipment under transport. • Development/enhancement, demonstration, and transition of a sensor platform that can detect, identify, characterize, and track CBRN warfare agents and other threat materials. • Development/enhancement, demonstration, and transition of a system or system of systems that can be used to contain, neutralize, and dispose small scale CBRN threats. Fundamental Science, Research and Development, and Experimentation of Emerging Technologies: This technical area focuses on the identification, adaptation, development, experimentation, demonstration, implementation and transition of innovative concepts or technologies. This area also focuses on developing advanced technology demonstrations (ATDs) to support the Joint United States Forces Korea Portal and Integrated Threat Recognition Assessment of Environmental Detection. Example requirements include: • Development/enhancement, demonstration, and transition of technologies, capabilities or methods to support the conduction of Joint CBRN Advanced Capability Sets (JCACS) and Enhanced Capability Demonstrations (ECD). • Development/enhancement, demonstration, and transition of an integrated set of detection, identification, situational awareness, and decision support capabilities to support the decision making process in real-time or faster. • Development/enhancement, demonstration, and transition of a capability that allows the utilization of global defense laboratories to compress the time between the discovery, detection, or encounter of a WMD threat to a decision for combating and addressing such threat. • Development/enhancement, demonstration, and transition of a technology or integrated set of capabilities to support acquisition, financial, logistical, informational, operational and related resource integration for and among CWMD entities. • Research and development advances for state-of-the-art technical capabilities and methods used to find, monitor, characterize, assess, plan against, deter, delay, disrupt, neutralize or destroy a threat at any point in its life cycle, under shield by adversaries, or during transport. • Mission-oriented models designed to simulate, test and/or evaluate analytic methods or technical capabilities intended to counter a suspected/determined threat, or to mitigate the risks/impacts that it poses to critical assets, operations, survivability, or other interests. The Government is providing the list above to show representative prototyping projects that may be executed under this agreement. This list is provided for information purposes only and should be used only as a gauge of potential requirements. The contemplated scope of the agreement will encompass all five technical areas as shown above and memorialized in the final award documents. III. Evaluation Criteria The Government will perform an integrated assessment of each proposal to make a final determination of which Consortium provides the best value to the Government. For evaluation purposes, the following criteria will be assessed, in no relative order of importance: • Factor 1: Capabilities of proposed/established consortium membership as related to the technology objectives. The Government will evaluate the capabilities of the proposed/established membership, to include traditional and nontraditional partners and academia, to ensure the membership base aligns with the six (6) domain areas listed above. The offeror shall provide a description of existing members' and/or interested firm/entities' capabilities within the domains for which they have experience. • Factor 2: Strategy for attracting, retaining, and expanding consortium membership. The Government will evaluate the consortium's strategy as it relates to the openness of the consortium, in particular the ease with which new members are able to join and participate, specific actions intended to expedite formation of the consortium as well as plans to grow and mature the consortium membership base. • Factor 3: Schedule for consortium to be established. The Government will evaluate the proposed consortium implementation plan and timeline to determine when the consortium will be capable of competing Government prototype requirements. The Government intends to solicit for individual prototype projects upon execution of the base OTA. • Factor 4: Recommended competition processes and operational procedures. The Government will evaluate the proposed competition process and operational procedures for prototype projects that the consortium believes is the best fit for the OTA. This section shall include procedures for handling white papers, full proposals, and projects that are determined to have merit but for which no funding is available. • Factor 5: Organizational structure of the consortium. The Government will evaluate the proposed organizational structure of the consortium, to include Consortium Metrics, Management Framework of Consortium, Reporting, Articles of Collaboration/By-Laws, Consortium Member Agreement, and any other relative information on how the consortium plans to operate. A consortium managed by a Consortium Management Firm is preferred. • Factor 6: Facility Security Clearance. The Government will evaluate the consortium's Facility Security Clearance or ability to obtain a Facility Security Clearance. Security clearance up to Top Secret is preferred. Any responsible/interested consortium shall submit their proposal to include qualifications and capabilities, consortium name, personnel including the manager(s), facilities, membership network, and past experience to meet the specific needs stated above. In addition, the prospective consortium shall provide a list of its existing members and/or a list of firms that have provided letters of intent to join the consortium which are experienced in each area listed in this notice. IV. Evaluation Ratings Each of the six (6) factors identified in Section III above will receive an evaluation rating supported by justification in the Government's decision of which one (1) consortium best meets the Government's needs. The following ratings will be utilized: Rating Evaluation Definition: Good: The proposal demonstrates a thorough approach and understanding of the requirements. The prospective Consortium has provided a comprehensive and detailed plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is low. Acceptable: The proposal demonstrates an adequate approach and understanding of the requirements. The prospective Consortium has provided an adequate plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is no worse than moderate. Unacceptable: The proposal does not demonstrate an ability to meet or understand the Government requirements. The prospective Consortium did not provide a plan IAW the evaluation criteria as outlined in the combined synopsis/solicitation. The risk of unsuccessful performance is high. V. Discussions and Final Proposal Revisions The Government will perform an initial review of the proposal(s) submitted. The Government reserves the right to make an award based on the initial proposals submitted in response to this Synopsis/Solicitation notice without discussions. Proposals that do not contain the information requested are at risk of being determined Unacceptable IAW the Evaluation Ratings above. If the Government determines that discussions and a Final Proposal Revision are necessary, exchanges will be made with the offerors and a final proposal revision will be requested. VI. Terms and Conditions Specific Terms and Conditions of the resulting OTA will be negotiated and finalized with the selected consortium prior to award. The consortium shall comply with the statutory requirements of an OTA in accordance with Section 815 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017, Public Law (P.L. 114-92, as amended Title 10 U.S.C. 2371(b), Authority of the Department of Defense to carry out prototype projects). Section 2371b authorizes the Secretary of a military department to carry out certain prototype projects that are directly relevant to enhancing the mission effectiveness of military personnel and supporting platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense (DoD), or to improvement of platforms, systems, components, or materials in use by the Armed Forces. When a Government agency enters into an OTA for a prototype project under this authority, the Government must ensure that a nontraditional defense contractor(s) participate(s) to a significant extent in the prototype project; all participants are small business or nontraditional defense contractor(s); or at least one-third of the total cost of the prototype project is paid out of funds provided by parties to the transaction other than the Federal Government. The Government intends to make a Section 815 OTA award based on proposals submitted in response to this competitive combined synopsis/solicitation notice. All information in response to this notice is to be submitted at no cost or obligation to the Government. The Government will publish an Intent to Award Announcement to FedBizOps upon selection of a consortium in response to this combined synopsis/solicitation. The Government does not intend to provide debriefings to unsuccessful respondents. A notice of the Government's consortium award selection will be announced on FedBizOpps upon the conclusion of the evaluation process. The Government requests any interested prospective Consortium submit a proposal as a single (.doc or.pdf) file. Submissions are limited to 35 pages. Submission should be made electronically to kristen.e.kachur.civ@mail.mil by 19 September 2017. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. No sensitive or classified information will be discussed. Foreign-owned, controlled, or influenced firms are advised that security restrictions may apply that may preclude their participation in these efforts. Any responsible/interested sources shall submit their qualifications and capabilities no later than 4:00 PM EST 19 September 2017 to: U.S. Army Contracting Command - New Jersey, ATTN: Kristen Kachur, Agreements Officer, kristen.e.kachur.civ@mail,mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0658bd2c75f6aca18abb19000c93a467)
- Record
- SN04658185-W 20170902/170831234557-0658bd2c75f6aca18abb19000c93a467 (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 |