Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2020 SAM #6698
SOURCES SOUGHT

A -- Preproposal Request for RD&T Supporting Lightweight Security Containers

Notice Date
3/30/2020 10:51:08 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
NAVFAC-N39430-20-X-2239
 
Response Due
4/17/2020 11:59:00 PM
 
Archive Date
04/18/2020
 
Point of Contact
Theresa Lee, Phone: 8059825537
 
E-Mail Address
theresa.lee1@navy.mil
(theresa.lee1@navy.mil)
 
Description
-Updated on 30 March 2020 with Q&A Industry Question: Are there documents available detailing the designs, specifications, or even just images of the previous prototype mentioned in the solicitation? Government Response: Specific instructions and data requests will be provided to the�offeror/s who are selected for further consideration. ====================== -Updated on 26 March 2020 with extended pre-proposal due from 27 March 2020 to 17 April 2020. ====================== -Uppdated on 04 March 2020 with Q&A Industry Question We have a question regarding the forced entry provisions of the subject sources-sought notice.� Is the forced entry tool kit releasable?� We would like to know if the forced entry attack tool kit is mechanical tools only or if thermal tools are also included.� Government Response The forced entry attack tool kit will include unlimited hand and cordless tools.� No thermal tools.� No additional information can be provided at this time regarding the tool kit. ======================================================= SUMMARY Issue Date: 11 February 2020 Solicitation ID: N3943020X2239 Needs: Preproposal Request for Supporting Lightweight Security Containers Pre-proposal Due: March 27, 2020, 11:59 P.M. (Pacific Standard Time) DESCRIPTION: This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NEXWC) under FAR 6.102(d)(2) and 35.106. FAR Part 35 restricts the use of BAAs, such as this, to the acquisition of basic and applied research and that portion of advanced technology development not related to the development of a specific system or hardware procurement. Contracts made under BAAs are for scientific study and experimentation directed towards advancing the state of the art and increasing knowledge or understanding. This announcement is not for the acquisition of technical, engineering, or other types of support services. The Naval Facilities Engineering and Expeditionary Warfare Center, through the DoD Lock Program, is soliciting pre-proposals for efforts related to the need topic listed below. If invited, offerers will be asked to submit a full proposal. Background: Office of Secretary of Defense tasked DoD Lock Program RDTE team to design, build, and test a full-scale security container prototype with reduced mass (compared to comparably sized GSA-Approved security containers), forced entry resistance, sensing, reporting and airworthiness in order to study the feasibility of developing a system suitable for aircraft use.� ��A prototype was fabricated in FY2020, and delivered to EXWC. Careful analysis of the resultant prototype led to conclusion that there were opportunities to improve the design, with total system mass reduction being the single most important Key Systems Attribute of any potential system development.��� Research Need: The DoD Lock Program is looking for academic and independent groups that have already developed and validated lightweight security container designs to optimize the existing prototype cross section design, sensor design, reporting system interface, power system, and airworthiness design. Offerors may further develop the existing prototype design or propose a separate design.� Regardless of the choice, all must meet the top-level key performance attributes; listed below. �As part of this BAA, investigation into innovative assembly methods, products and materials for use within the cross section can be included. Top-level key performance attributes of the prototype container listed below: Container Payload: Quantity (2) Pelican Case Model 1150. Total Container Mass (Not including payload) 150 lb. (threshold), 70 lb. (objective) Material Restrictions: Document to be provided to offerors that were selected to submit a full proposal. Forward Shock Load: 16G (threshold), 16G (objective) Bottom Shock Load: 5G (threshold), 16G (objective) Vibration: Based on various airframes. Forced Entry Delay (user defined toolset and opening): 10 minutes (threshold), 10 minutes (objective) Redundant, 2 Person Integrity, Combination Locks meeting FF-L-2740 System Operational Reliability: 0.98 (threshold), 0.99 (objective) The DoD Lock Program requests pre-proposal submittal outlining the expected costs associated with optimization of a panel cross section through test-validated or calibrated numerical models, and final specifications for structural and fabrication drawings. Specific instructions and data requests will be provided at a later date if selected for further consideration. SUBMISSION PROCESS: The pre-proposal submittal process is an email-based submission.� Pre-proposals shall be submitted via email to: NAVFAC_CI8_BAA_Submissions@navy.mil. �There is no specific format required for the pre-proposal, however, the pre-proposal should be consolidated into one single file and not exceed 5 pages in length. All pre-proposal submissions must be received before the deadline. SUBMISSION DEADLINE: To be considered for funding in FY 2020, pre-proposals must be received no later than 11:59 pm, Pacific Standard Time on 27 March 2020. Respondents to this BAA will receive a confirmation email message within one business day acknowledging successful submission. It is the responsibility of responding parties to confirm receipt of their submission. If invited to submit a full proposal, these will be due 30 days after notification. EVALUATION PROCESS: Following an evaluation and selection process, successful pre-proposal offerors will receive an email inviting submission of a full proposal. Unsuccessful pre-proposal offerors will receive an email with a brief description of the reasons for preproposal rejection. Awards to non-government entities (academic institutions, not-for-profit organizations, industry) will be in the form of contracts. The nominal duration of this work is expected to be several months of work spread over the course of 1-2 years. Applicants are strongly encouraged to use realism of cost for the proposed effort as their metric, as this will be a critical element in the review process. Otherwise, meritorious pre-proposals and full proposals will be rejected if cost does not accurately reflect the proposed scope of work. EVALUATION CRITERIA: The pre-proposals and full proposals will be evaluated based on the following criteria, of approximately equal weight. TECHNICAL APPROACH: The scientific/technical merits and objectives in terms of meeting the stated need topic, as well as evidence that the science/technology is mature enough for applied research funding, and the performance criteria to measure success of the research effort. OFFEROR�S EXPERIENCE: For the pre-proposal phase, the offeror should clearly provide evidence showing experience related to the proposed solution. This includes the proposing organization�s capabilities related to experience, techniques, or a unique combination of these that are integral factors in achieving the contractor's proposed objectives. This equates to past performance, and will be assessed based on both relevance and confidence. If invited to submit a full proposal, NAVFAC also requires the offeror to provide their EMR and DART ratings. Safety is an integral and important aspect in all NAVFAC work. If the offeror does not have an EMR/DART rating, they should state this and provide a narrative rationale. See NFAS 15.304. �In addition, we are looking for groups that have developed and validated aircraft security containers. � PRINCIPAL INVESTIGATORS AND KEY MEMBERS RELATED EXPERIENCE: For the pre-proposal phase, the offeror should provide the name, highest degree earned, organization/affiliation, location, and years of experience for the Principal Investigator and key personnel who are critical in achieving the objectives of the proposal. Principal Investigators and key personnel should be identified in the pre-proposal as such. If invited to submit a full proposal, the offeror will need to submit CVs for the Principal Investigator and key personnel. COST/PRICE: The cost relative to the proposed scientific/technical approach. For the pre-proposal phase, this information may be limited to a total cost estimate by calendar year (Jan 1 � December 31). Assume for Year 1 of your project that effort will begin in approximately May 2020. If invited to submit a full proposal, additional guidance on cost/price information will be provided. PROJECT BENEFITS: Expected benefits of the proposed work, key issues the proposed solution addresses, potential application of the results, and advantages over current approaches. PRODUCT IMPLEMENTATION: Describe the intended product(s) and all associated deliverables, the requirements for implementing the proposed products of this effort, and the potential technical risks that may pose a challenge to successful implementation. All offerors are required to be U.S. Citizens and U.S. owned companies. Contractors shall be able to view, store and handle Controlled Unclassified Information (CUI). NOTES: An eligible pre-proposal or full proposal does not guarantee a contract. Multiple contracts may result. � An offeror is required to register with the system for award management (SAM). No contract award will be made to any offeror that is not registered. Registration may take up to three weeks. SAM may be accessed at https://www.sam.gov. Registration is not required for proposal submission, but must be completed prior to initiation of award negotiation. To avoid delays in the award process, applicants are encouraged to initiate SAM registration early in the submission and review process. Non-government awardees will also need to provide a DUNS (Dunn & Bradstreet) number (http://fedgov.dnb.com/webform/displayHomePage.doc) and CAGE (Commercial and Government Entity) code (http://govwin.com/knowledge/ccr-registration) before an award can be made. � The preceding data should be sufficient for completing a pre-proposal. There are no solicitation documents applying to this BAA. Request for a solicitation package will not be acknowledged. Those interested in participating in the BAA must follow the instructions to submit a pre-proposal. There is no commitment by the Navy either to make any contract awards or to be responsible for any money expended by the contractor before a contract award. Funding has been reserved in advance for this contract. Some Federal Government activities may employ civilian contractors to determine the applicability of an offered technology to specific projects. Technical and cost pre-proposals and full proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The cognizant Program Manager and other scientific experts will perform the evaluation of technical proposals. Restrictive notices notwithstanding, one or more support contractors may be utilized as subject-matter-expert technical consultants in accordance with FAR 37.204. However, pre-proposal and full proposal selection and award decisions are solely the responsibility of Government personnel. Each support contractor�s employee having access to technical and cost pre-proposals and full proposals submitted in response to this BAA will be required to sign a non-disclosure statement prior to receipt of any pre-proposal or full proposal submissions. An offeror may require the non-government personnel to execute a supplemental non-disclosure agreement by including a copy of their institutional NDA with their proposal. However, note that a failure to come to an agreement may impact the ability to make an award. Please review FAR 37.204 and NFAS 15.303(d)(4). Eligibility notification will be sent to all contractors who have submitted a pre-proposal, after the Review Committee reviewed all pre-proposals submitted by the solicitation cut-off date. � For questions regarding this BAA, contact NAVFAC EXWC at (805) 982-1567 (or via this email address: NAVFAC_CI8_BAA_Submissions@navy.mil. �Correspondents are advised not to include Personally Identifiable Information (PII), business proprietary or competition-sensitive information via email. Offerors will receive an automated email message acknowledging successful submission. If the contractor does not receive a notification of pre-proposal receipt, the contractor should call or e-mail NEXWC by using the phone number or e-mail address provided in this section. � Historically Black Colleges/Universities and Minority Institutions (HBCU/MI) will be recognized according to DFARS 226.3. All responsible sources from academia and industry may submit proposals. No portion of this BAA will be set aside for HBCU and MI participation, due to the impracticality of reserving discrete or severable items of this research for exclusive competition among the entities. Federally Funded Research and Development Centers (FFRDCs) including Department of Energy National Laboratories, are not eligible to receive awards under this BAA. However, teaming arrangements between FFRDCs and eligible principal bidders are allowed so long as they are permitted under the sponsoring agreement between the Government and the specific FFRDC. � DFARS 235.017-1 allows DOD FFRDCs which function primarily as research laboratories to apply. Naval laboratories and Warfare Centers as well as other DOD and civilian agency laboratories are not eligible to receive awards under this BAA and should not directly submit proposals in response to this BAA. If any such organization is interested in one or more of these program areas, they should contact the NEXWC program office to discuss its interest. As with the FFRDCs, these organizations may team with other responsible sources from industry and academia that are submitting proposals under the BAA. University Affiliated Research Centers (UARC) are eligible to submit proposals under this BAA unless precluded from doing so by their DOD UARC contract or an organizational conflict of interest. � Do not call the Contracting Office for verification. The pre-proposal is not received by the Contracting Office.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d17b4006ef54cc7b0114c3809e6f2a2/view)
 
Record
SN05604837-F 20200401/200330230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.