SOLICITATION NOTICE
A -- Defense Ordnance Technology Consortium (DOTC) FY18 - Synopsis / Solicitation
- Notice Date
- 1/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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-18-R-00WV
- Archive Date
- 2/28/2018
- Point of Contact
- Steven B. Piggott, Phone: 9737243545
- E-Mail Address
-
steven.b.piggott.civ@mail.mil
(steven.b.piggott.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W15QKN-18-R-00WV DOTC Synopsis - Solicitation 1.0 Introduction The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the current Department of Defense Ordnance Technology Consortium (DOTC) Enterprise, is releasing this notice of intent to enter into an Other Transaction Agreement (OTA), pursuant to 10 U.S.C. 2371(b) §815, with an eligible Consortium. The Government's intent is to select an eligible Consortium to perform work at the Unclassified, Confidential, and/or Secret classification levels. An eligible Consortium, at its discretion, may hire a Consortium Management Firm (CMF) or other entity to support solicitation and award of the OTA, but the OTA will be executed between ACC-NJ and the eligible Consortium. This notice is a competitive combined synopsis/solicitation, seeking a partner Consortium that includes industry, academic, non-profit, and for-profit entities in order to enhance our warfighters' lethality, survivability and combat effectiveness through industrial and academic research, development, and technology demonstrations. This announcement constitutes the only synopsis/solicitation that will be released. Proposals are being requested from interested Consortiums. This synopsis/solicitation is an RFQ and the solicitation number is W15QKN-18-R-00WV. 2.0 Technology Areas The Government, in conjunction with the Consortium, will perform coordinated research and development prototype projects designed to enhance mission effectiveness and to develop and mature ordnance technologies. "Ordnance" is the defined as the ammunition, armaments, munitions, weapons, systems and related military materiel, such as equipment and components, that enablers the military to achieve combat and mission effectiveness in all warfare environments: air, land, sea, undersea and space. The Government, in conjunction with the Consortium, plans to focus on the following twelve (12) Technology Areas: 2.1Ammunition: Technologies, systems, and materials, such as bullets, cases, projectiles, primers, and semi-fixed components that are shot from weapons. This includes but is not limited to: Small Caliber; Medium Caliber; Large Caliber; Non-Lethal Ammo; Mortars; Grenades; and Logistics. 2.2Demilitarization: Technologies, systems, and materials related to the recycle, recovery, re-use, or reduction of munitions, weapons, and ammunition from DoD inventory. This includes but is not limited to: Disassembly of Munitions; Munitions Recycle, Recovery, and Re-Use; Munitions Destruction and Final Disposition; Removal of Energetic Materials from Munitions; Waste Stream Treatment; and Disposal Logistics. 2.3Enabling Technologies: Technologies that are relevant, enable or compliment armaments or weapon systems for the DoD. This includes but is not limited to: Materials; Manufacturing and Process Technologies; Modeling and Simulation and Virtual Prototyping; Power Sources; Weaponization; Autonomous Systems; Soldier Weapon Performance; Ordnance-related Energy Efficiency Technologies; Ordnance-related Environmental Technologies; and other Armaments Technology Enablers. 2.4Energetic Materials: Materials with high levels of stored chemical energy that can be released. This includes but is not limited to: Explosives; Propellants; Pyrotechnics; Ingredients; and Additive Manufacturing for Energetic Materials. 2.5Fuzes: Components and component technologies that enable improved munition capability with higher reliability in support of warheads and munitions, for all the services' weapons against the appropriate array of targets. This includes but is not limited to: Hard Target Fuzing Technologies; Tailorable Effects Fuze Technologies; High Reliability Fuze Technologies; Enabling Fuze Technologies; Safe & Arm Fuzes; MEMS; Fuze Producibility; High G-Force; and Fuze Sensors. 2.6Joint Insensitive Munitions: Components and component technologies that enable improved munition capability with higher reliability in support of warheads and munitions for all the services' weapons against the appropriate array of targets. This includes but is not limited to: High Performance Missile Propulsion; Minimum Signature Missile Propulsion; Blast Fragment Warheads; Anti-Armor Warheads; Gun Propulsion; and System Level Demonstration. 2.7Protection and Survivability: Technologies, components, systems and materials at the Unit and System level that provide the ability to detect, disable, survive, and/or defeat, and to determine the threat that enemy weapon systems pose. This includes but is not limited to: Threat Detection and Tracking; Countermeasures, Counter Countermeasures & Anti-Tamper; IED Detection and Destruction Technology; Explosive Ordnance Disposal; Armament Survivability; Equipment Survivability; Demolitions; Active and Passive Armors; and related technologies to mitigate blast, projectile, fragment, acceleration, thermal, and other battle damage mechanisms. 2.8Rockets, Missiles and Bombs: Objects or weapons, and related technologies, that are launched, dropped, self-propelled (guided or unguided) or otherwise projected to strike long, medium, or short range targets. The following categories include guidance and control, propulsion, ballistics, materials, and logistics: Air-to-Air; Air-to-Surface; Surface-to-Air; Surface-to-Surface; and Shoulder Launched. 2.9 Warheads/Lethal Mechanisms: Technologies, components, systems, and materials that are intended to destroy a target. This includes but is not limited to: Shaped Charge/Explosively Formed Penetrator; Kinetic Energy; Multipurpose; and Unitary. 2.10Weapon Systems: Weapons, weapon systems, components and related technologies to include targeting and fire control. This includes but is not limited to: Machine Guns; Grenade Launchers; Medium Caliber Cannons; Mortars; Large Caliber Artillery; Non-lethal Weapons, Mechanisms, and Effects; Fire Control; Accessories; Enablers; Electric Weapons; Area Denial and Joint Service Small Arms Program (JSSAP). 2.11Sensors and Sensor Systems: Technologies, components, systems, and materials supporting the entire kill chain (target detection, identification, classification, tracking, engagement, and battle damage assessment) that are related to armaments, warheads, bombs, missiles, seekers, precision guidance and control, and weapon systems. This includes but is not limited to: Multispectral (radar, LIDAR, EO/IR, laser, and other optical and radio frequency approaches); Data Processing and Data Links; Tactical Cyber; Electronic Warfare; GPS Denied; Intelligence, Surveillance, and Reconnaissance; and Command, Control, and Networking. 2.12 Directed Energy Warfare Systems: Technologies, components, systems, and materials that produce lethal, less-than-lethal, and anti-materiel effects in a broad range of targets and tactical environments. This includs but is not limited to: all parts of the electro-magnetic spectrum (Electro-optic, Radio Frequency, Microwave); magnetism; acoustic; particle beam; thermal; and other technologies which may emerge which differ from conventional kinetic and energetic modalities. Applications may be offensive as well as defensive and include man-portable, crew-served, and combat systems on a variety of land, air, sea, sub-surface, and space platforms. 3.0Roles and Responsibilities 3.1 Government Responsibilities. The Government will provide strategic objectives, technical requirements/gaps, and tactical guidance through Technology Plans released to the entire Consortium. The Government will review and approve any Requests for Ordnance Technology Initiatives, which will be issued by the Consortium to its members in order to solicit whitepapers or proposals under this Agreement. The Government will be responsible for evaluation and source selection. The Government will monitor the technical work performed under this Agreement, including the individual prototype projects awarded to Consortium members. The Government may also (1) directly participate in these collaborative efforts, (2) provide full or partial funding, and (3) share expertise and facilities. 3.2 Consortium Member Responsibilities. Consortium member organizations may provide whitepapers and proposals in response to any Requests for Ordnance Technology Initiatives seeking to address the Government's science and technology objectives in the corresponding Technology Areas. Each Consortium member organization with whitepapers or proposals that are selected and funded will perform the agreed upon activities defined in the Statement of Work, and comply with the terms and conditions contained within this Agreement and any other agreements required by the Consortium. Consortium member organizations will participate with the Government in the planning, programming, and budgeting of the Technology Plans. Consortium member organizations may, under this Agreement, (1) share in the funding as a Cash Contribution or In-Kind Contribution; (2) contribute their own resources including personnel; and (3) under special circumstances, contribute materials, facilities, equipment or instrumentation. 3.3 Mutual Objectives. The Government and the Consortium shall collaborate to accomplish the following: 3.3.1Establish sound technical and programmatic performance goals and objectives based on the needs and requirements of the User. 3.3.2Create Technology Plans and Annual Budgets based upon the needs presented by Government Customers, technology ideas submitted by participating Consortium member organizations, and expected available funding from various sources within the DoD. 3.3.3Increase collaboration and maximize the utilization of Government, industry and academia capabilities. 3.4Additional Government Participation. The Parties agree that other organizations and agencies within the Government may participate in the collaborative activities through a Memorandum of Agreement (MOA) or other such arrangement. 3.5Governance and Operations. The governance and operation of the Enterprise shall be in accordance with the Standard Operating Procedures maintained by the Program Director. 3.6Consortium Member Agreement. Each Consortium member organization shall become a signatory to the Consortium Member Agreement before they will be allowed to respond to Requests for Ordnance Technology Initiatives. The Consortium Member Agreement (CMA) shall govern the operation of the Consortium and its member organizations. 3.7Security. Work by the Consortium member organization may involve access to Controlled Unclassified Information (CUI) as well as information classified as "Confidential" or "Secret". The Consortium member organization and their employees shall comply with (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operation Manual (DOD 5220.22M); (2) any revisions to that manual that may be issued; and (3) the Agreement security classification specification (DD form 254), if included; and all other security requirements specific to the individual projects, including but not limited to OPSEC plans. Any Classified information shall be in accordance with DOD 5220.22M. 4.0 Terms and Conditions The Consortium shall comply with Terms and Conditions, to be negotiated, necessary to fulfill the statutory requirements of an OTA in accordance Section 815 of the National Defense Authorization Act (NDAA) for Fiscal Year 2016, 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. Please note that the specific Terms and Conditions of any resulting OTA will be negotiated and finalized with the selected Consortium prior to award. 5.0 Evaluation Criteria The Government anticipates the awards of a Section 815 Other Transaction Agreement resulting from this competitive synopsis/solicitation to the responsible and responsive Offeror that provides the best value to the Government. The following Factors shall be evaluated: Factor 1: Consortium Structure and Management Factor 2: Consortium Membership and Expertise Factor 3: Fee Structure For evaluation purposes, all Factors are of equal importance. A.Factor 1: Consortium Structure and Management. The Government will evaluate the Consortium's organizational structure, mission, vision, strategic objectives and performance metrics. The Government will evaluate the Consortiums management structure, which includes the proposed use of a Consortium Management Firm or other entity (if desired) to help with administrative functions, the preferred level of interaction/oversight desired with its members, and the proposed interaction/relationship desired with the DoD. The Government will evaluate how the Consortium plans to flow down and enforce project requirements, including the roles of the Consortium Member Agreement (CMA) and any Project Agreements (if separate). B.Factor 2: Consortium Membership and Expertise. The Government will evaluate the number and quality of the current Consortium members, which includes the proportion that are traditional vs. nontraditional defense contractors, as well as industry vs. academia. The Government will evaluate the extent to which the Consortium maximizes the ease of entry for qualified entities to become members and actively compete for technology projects. The Government will evaluate the Consortium's demonstrated current capability, as well as future plans, for member retention and growth. The Government will evaluate the Consortium's demonstrated capability to promote the active participation and engagement of its members. Furthermore, the Government will evaluate the Consortium's collective expertise and ability to support all twelve (12) of the Technology Areas. C. Factor 3: Fee Structure. The Government will evaluate the Consortium's fee structure to determine whether it reflects an understanding of the work and how it might affect the course of the business. The Government shall evaluate the fairness and reasonableness of the proposed prices. 5.1Evaluation Rating Each Factor will receive an evaluation rating supported by narrative justification. When all Factors are combined, an overall evaluation rating will be assigned and supported by narrative justification, which will reflect the Government's overall confidence in the Consortium's ability to meet all of the requirements. EvaluationMerit Rating GOOD - Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal exceeds expectations, and the risk of unsuccessful performance is low to moderate. ACCEPTABLE - Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are largely offsetting, and the risk of unsuccessful performance is no worse than moderate. UNACCEPTABLE - Proposal does not clearly meet requirements and contains a high or unacceptable level of risk. 6.0 Submission Instructions 6.1Submission Deadline Proposals are due no later than 13 February 2018 3:00 PM EST. Proposals shall be emailed to steven.b.piggott.civ@mail.mil. The proposal shall stand on its own merit. Only information provided in the proposal will be used in the evaluation process. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation. Proposals shall be detailed and clearly stated to allow an assessment by the Government without the need for additional clarifications. All information is to be submitted at no cost or obligation to the Government. The Government is not obligated to notify respondents of the results of this announcement. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. No sensitive or classified information shall be submitted. Foreign-owned, controlled, or influenced firms are advised that security restrictions may apply that may preclude their participation in these efforts. The Government intends to evaluate offers and enter into an OTA without discussions. However, the Government reserves the right to conduct discussions if it is determined to be necessary. The Government does not intent to provide debriefings to unsuccessful offerors. Each interested Consortium shall submit only one proposal. The Technical Proposal (Factor 1 and Factor 2) and Cost Proposal (Factor 3) are to be submitted in two separate volumes following the format described below. Offerors must submit the following: •1 signed Technical Proposal •1 signed Cost Proposal The Technical Proposal shall be limited to 60 pages (11 point font), single-spaced, single-sided, 21.6 x 27.9 cm (8.5 by 11 inches). Smaller type may be used in figures and tables, but must be clearly legible. Margins on all sides (top, bottom, left, and right) should be at least 2.5 cm (1 inch). Please submit all pages as a single (.doc or.pdf) file. 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. The page limitation includes all information, except the following four (4) items: •Cover Pages •Membership List •Articles of Collaboration/By-Laws •Consortium Membership Agreement (CMA) (if applicable) 6.2Cover Pages A cover page shall be included for each Volume. A cover page shall include the name of the Consortium, the name of a corporate point of contact (POC), the name of a technical POC, a telephone number for each POC, the full mailing address of the Consortium, e-mail addresses for each POC, and any other pertinent information. 6.3 Volume 1: Technical Proposal The Technical Proposal shall include the following: 6.3.1Factor 1: Consortium Structure and Management (a)Narrative describing the Consortium's organizational structure, mission, vision, strategic objectives and performance metrics. (b)Narrative describing the Consortium's management structure, which includes to proposed use of a Consortium Management Firm or other entity (if desired) to help with administrative functions, the preferred level of interaction/oversight desired with its members, and the proposed interaction/relationship desired with the DoD. (c)Narrative describing how the Consortium plans to flow down and enforce project requirements, including the roles of the Consortium Member Agreement (CMA) and any Project Agreements (if separate). (d)Include any other relevant documents, such as Articles of Collaboration/By-Laws and the CMA, with any additional narrative description that may be necessary to describe their importance or function. 6.3.2Factor 2: Consortium Membership and Expertise (a)Narrative describing the number and quality of the current Consortium members, which includes the proportion that are traditional vs. nontraditional defense contractors, as well as industry vs. academia. Include the current Consortium Membership List (inclusive of DUNS numbers and business status). (b)Narrative describing the extent to which the Consortium maximizes the ease of entry for qualified entities to become members and actively compete for technology projects. (c)Narrative describing the Consortium's demonstrated current capability, as well as future plans, for member retention and growth. (d)Narrative describing the Consortium's demonstrated capability to promote the active participation and engagement of its members. (e)Narrative describing the Consortium's collective expertise and ability to support all twelve (12) of the Technology Areas. Include any charts or tables that help identify the members that have expertise or experience in the different Technology Areas. 6.4Volume 2: Cost Proposal The Cost Proposal shall include the following: 6.4.1 Factor 3: Fee Structure (a)Include the proposed Fee Structure and all proposed prices. Include supporting documentation and rationale for choosing that Fee Structure and supporting the proposed prices. (b)Narrative justification, as required, describing how the Fee Structure and proposed prices reflects an understanding of the work and how it might affect the course of the business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c5dcca06c81a5adf9ef9386f38a51f55)
- Place of Performance
- Address: Numerous Locations - TBD, United States
- Record
- SN04779328-W 20180104/180102230837-c5dcca06c81a5adf9ef9386f38a51f55 (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 |