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