Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491

US Army Space and Strategic Defense Command, CSSD-CM-CK, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn Drive, Huntsville, AL 35805-1990

A -- BA ARMY SPACE APPLICATIONS TECHNOLOGY PROGRAM POC Linda N. Bentley, Contracting Officer, 205-955-3000. Army Space Applications Technology Program--Broad Agency Announcement (BAA). The U.S. Army Space and Strategic Defense Command (USASSDC) announces interest in receiving proposals for research and development and demonstration in space related technologies including technical, management and cost presentations. General areas of interest include: 1. Communications technologies: Satellite Communications (SATCOM) on the move, laser communications, global broadcast concepts, 2. Sensors, including compact multispectral and hyperspectral sensors with response from the visible to the far infrared region, and synthetic aperture radar, 3. Unmanned aerial vehicle (UAV) applications, 4. Space control, 5. Innovative applications of existing space platforms, including commercial systems, 6. Intelligent processing, including neural networks and fuzzy logic applied to the processing of hyperspectral and radar data, 7. Compact, radiation hardened processors, including adaptable optical and digital processors. Proposals submitted in each of the above technology categories should feature new ideas, advanced and innovative concepts derived from current and emerging principles in physics and mathematics with potential application to space systems in support of the warfighter. Ideas with high potential for break throughs that can be validated with identifiable, low-cost proof of principle experiments or demonstrations will be strong candidates for funding. Proposals should break the submitted effort into phased work segments or options, including cost/schedule by phase/option. All phases/options should be submitted simultaneously and will be evaluated with the initial submission. Proposals will be evaluated as received and will be selected for award based on relative merit and funding availability. Selections for contract award will be based on an evaluation using the following criteria: (i) technical areas: (a) potential contribution of the proposed research to warfighter requirements. (b) overall scientific and technical merits of the proposed research and development, the potential for state of the art improvement, with special emphasis on innovtion, originality and uniqueness. (c) capabilities and qualifications of the offeror's principal investigator, key staff and consultants, relevant experience and adequacy of facilities and instrumentation as required. Of the technical factors, item (a) is twice as important as (b) or (c) which are of equal importance. (II) management area: (a) the offeror's approach to the overall scheduling and planning for performance of the effort. (b) the approach for controlling expenditures, labor hours and dollars. Of the management factors, (a) and (b) are of equal importance. (III) cost area: the cost area is comprised of two evaluation factors: cost realism and total evaluated probable cost. The cost realism and total evaluated probable cost to the government of the proposal will be evaluated using the following: A. Cost realism. The proposal will be evaluated to assess the likelihood that the technical and management approaches proposed can be accomplished at the cost proposed. The results of the cost realism evaluation will be applied to the evaluation of the technical and management areas to aid in assessing the offeror's understanding of the magnitude and complexity of the contract requirements. The cost realism evaluation will also be used in developing total evaluated probable cost. B. Total evaluated probable cost. The proposal will be evaluated to develop the government's estimate of the most probable cost to the government of successfully completing the contract using the technical and management approaches proposed. Total evaluated probable cost consists of the government's estimate of the realistic cost of completing the offeror's proposal, to include the government's assessment of program risk, and additional costs to the government such as government furnished property, government furnished information, transportation, and other related cost factors. The technical area is significantly more important than the management area. The cost area is a substantial evaluation factor, however, it is less important than the technical and management areas. The government may utilize systems engineering and technical assistance (SETA) contractors to provide technical analysis of the technical and management portions of selected proposals. SETA contractor personnel are required to sign nondisclosure agreements. Approximately 25% of available funding for this BAA will be set aside to support awards o small business, small disadvantaged business, historically black colleges/universities and minority institutions (HBCU/MI). The evaluation criteria stated above will be used to select offerors under both the set- aside and non-set aside portion. To the extent that awards under the set-aside portion do not utilize the set-aside funding or if no acceptable small business or HBCU/MI proposals are received, the set aside will be automatically dissolved and the dollars used to fund acceptable offers without regard to their size status. --Specific information and instructions for proposal preparation follows: (1) this BAA constitutes the solicitation and no formal request for proposal (RFP) will be issued. This announcement will remain open through close of business one year from the date of this announcement and proposals may be submitted any time during this period. Offerors may submit separate proposals on any one or all of the specified areas of research interest. One topic per proposal is permitted. One original plus three (3) copies of each proposal are to be submitted, (2) CPFF completion contracts are expected to be awarded initially by 1 JAN 97. For planning purposes, awards are anticipated not to exceed $1M per contract with period of performance ranging from 6 to 24 months technical effort, which includes time for preparation of final report, approval and distribution. Where appropriate, the period of performance should be proposed as a phased or option approach. (3) The offeror's combined technical and management presentations shall not exceed 50 pages (8.5 X 11 single spaced). Proposals must be in English. The first page of the proposal must be an executive summary of the proposed technical and management approaches. This presentation shall include full discussion of the scope, nature, and objectives of the proposed research effort, rationale for the technical approach and methodology, expected results and their contribution to warfighter needs. This presentation shall also contain a schedule of milestones, related experience, resumes of key research personnel in summary, and a summary description and statement of availability of facilities and instrumentation required for performance. Include in your proposal a summary description of management planning, control system, and product assurance, and identification of patent rights, limited rights in technical data or restricted rights n computer software, if any. (4) Excluded from the 50 page limitation, the following must be provided: a separate statement of work (SOW) suitable for contractual incorporation, the cost presentation shall be submitted on SF 1411 (in US dollars only) together with supporting detailed cost data, including subcontractor data in accordance with Far 15.804-6, and the cost presentation shall include a funding profile by month. (5) Following are the titles, data item description (DID) numbers, and frequency of data items anticipated to be delivered during contract performance: (a) fund and man hours expenditure report, monthly, (b) scientific and technical reports summary, final report, DI-MISC-80048, one time, (c) contract funds status report, DI-F-6004B, monthly, (d) R&D status report, DI-A-3002, as required, (e) scientific and technical reports summary-special technical report, DI-MISC-80048, as required. These reports may be sent electronically. (6) Security requirements: the application of a security classification and classification markings to the proposal or portion of the proposal developed in response to this notice shall be based on derivative classification authority and the provisions of paragraph 11, DoD 5220.22-M. (7) Notice to foreign and foreign owned firms: this acquisition is open to firms in Allied countries having bilateral security agreements with the United States. Non-U.S. Firms' participation may be limited by U.S. Disclosure policy and other restrictions, depending upon the firms' proposal and information exchanges required for contract negotiation and/or performance and on other U.S. Laws and Regulations. Release of this BAA and acceptance of resulting proposal does not obligate the U.S. Government to release any specific classified information. (8) Security requirements for foreign firms: foreign firms shall be responsible for protection of classified information furnished or generated under each contract resulting from this BAA in accordance with (a) industrial security regulations, (b) directions and procedures established by the foreign government, or (c) defense organizations as required by the general security of information and industrial security agreements executed by the U.S. And foreign governments. (9) Any contracts awarded as a result of this BAA must use SI (international system) units exclusively. (10) BAA contact points: questions relating to contractualcost issues shall be directed to: U.S. Army Space and Strategic Defense Command, Contracting and Acquisition Management Office, Attn: CSSD-CM-CK, PO Box 1500, Huntsville, Al 35807-3801, 205-955-3000. (0347)

Loren Data Corp. http://www.ld.com (SYN# 0001 19951214\A-0001.SOL)


A - Research and Development Index Page