Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1996 PSA#1689

325 Contracting Squadron, 501 Illinois Ave, STE., 5, Tyndall AFB, FL 32403-5526

A -- ENVIRONMENTAL RISK MANAGEMENT AND RISK ASSESSMENT SOL TYN 97 001. Due 093097. Contact Alyce Molt, Contract Specialist, at (904) 283-8668 or Larry G Edwards, Contracting Officer (904) 283-8661. This is a Broad Agency Announcement (BAA) identifiable as number BAA 97-001, Environmental Research and Development. The Armstrong Laboratory, Environics Directorate is interested in receiving proposals (technical and cost/price) on the research efforts described below. Proposals submitted in response to this announcement shall reference the BAA number identified above. Responders will ensure that the amounts proposed will be valid for a minimum of 180 days from the date of proposal. This BAA is effective 1 October 1996, proposals may be submitted until 30 September 1997. There will be no formal request for proposals or other solicitations regarding this announcement. Proposals shall be submitted with an original, not exceed 40 double-spaced pages plus three (3) copies. Proposals shall be mailed to 325 CONS/LGCX, Attn: Alyce Molt, 501 Illinois Ave, Suite 5, Tyndall AFB FL 32403-5526, marked for BAA 97-001. Requirements: Armstrong Laboratory's Environics Directorate conducts a multifaceted environmental research program. This BAA solicits innovative proposals addressing the research areas of environmental risk management and environmental risk assessment, which are associated with past, current and future Air Force operations and industrial processes. Submit environmental risk assessment and management proposals focused upon issues concerning oxides of nitrogen (NOx) and volatile organic compounds (VOCs), such as fuels and solvents. Environmental risk assessment proposals should address, but are not limited to, sensors and/or monitoring systems for environmental contaminants during site characterization and for real-time monitoring of contaminants in air, water and soil; models that describe the behavior and disposition of environmentally malevolent compounds discharged into the atmosphere, the soil and aquatic areas; and/or studies of the behavior and disposition of contaminants in the environment. Environmental risk assessment technologies may also examine the pathways that contaminants follow to a receptor, which may be human or other animal life, or plant life. Proposals that address risk assessment issues related to toxicological mechanisms and human health effects are not desired and may not be evaluated. Environmental risk management proposals should address either: (1) requirements to remove or destroy contamination from soil, groundwater and air utilizing biological systems, chemical or physical treatments for cleanup both in situ and above ground; or (2) requirements to address environmental compliance issues through monitoring, modeling, control and treatment technologies for solid and liquid hazardous wastes and air emissions including hazardous air pollutants, air toxins and criteria pollutants. Control and treatment technologies may include physical, chemical or biological processes to accomplish destruction, recovery, recycle, reuse or conversion to non-hazardous materials to other usable products. Proposal Preparation: responses submitted shall include a proposal for technical and cost/price as follows: (a) The technical proposal must include an outline and full discussion of the nature and scope of the research, the method or technical offer scientific advancement in the state of the art. The technical proposal must identify privately developed items, components, processes or computer software entailed in the proposed approach, if any. Information must be included on prior work/experience in the indicated field of research and the available facilities. Management resources shall include resumes of people who will be participating in the proposed design effort, and identify the principal investigator. (b) The cost/price proposal requires submission of cost or pricing data on Standard Form (SF 1411) together with a supporting detailed cost schedule and shall contain a per person/hour breakdown per task. Copies of the above referenced form, e.g. SF 1411, may be obtained from the contracting specialist cited herein. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost in FAR 31.205-18. Evaluation Criteria: Proposals will compete for contract award(s) within funding available based upon their potential value to the government in fulfilling the requirements set forth above. That value will be determined using a complex combination of criteria including the technical promise (originality, feasibility, desirability, etc), affordability (of development, considering technical alternatives and funding available and of implementation if otherwise successful), and the government's confidence in the effective pursuit of the effort considering the scope of the effort, the offeror's understanding of it, the competence and availability of experienced engineering, scientific, managerial or other technical personnel, offeror's overall corporate experience (including past performance) and the availability of, or ability to obtain, necessary facilities to perform this effort. Cost realism and reasonableness shall also be considered to the extent appropriate. The Government reserves the right to select for or award any, all, a part thereof, of none of the proposals received in response to this announcement. Technical considerations will be given greater weight than cost in the selection decision. No further evaluation criteria will be used in source selection. The technical and cost information will be evaluated at the same time. Deliverable Items: (a) Presentation Material DI-A-3024A/T, (b) Status Reports DI-MGMT-80368, (c) Still Photo Coverage DI-MISC-80169, (d) Scientific and Technical Reports DI-MISC-80711/T (Draft and reproducible final, AL/EQ format). The contractor shall be required to present a final formal briefing at the end of the effort to be held at Tyndall AFB FL. Size Status: The appropriate SIC code for this acquisition is 8731 with a size standard of 500 employees. Firms responding should indicate whether or not they are a small business, small disadvantaged business or a woman-owned business. Award information: While no parts of this requirement lend themselves to being severed for set-aside to Small Businesses, Small Disadvantaged Businesses, or Historically Black Colleges and Universities or Minority Institutions (HBCU/MI), the Air Force reserves the right to consider a small business set-aside based on responses hereto. Preferred Type of Contract: Firm Fixed Price (FFP). Period of Performance: Maximum duration up to twenty-four (24) months. Security Requirements: An analysis capability, to include personnel and computer facilities cleared to Secret level, may be required. In such instances responding firms must have, or acquire prior to award of contract, appropriate security clearances. The security guide applicable to this BAA announcement will be provided on a case-by-case basis prior to negotiations. Notice to Foreign and Foreign-Owned Firms: Such firms are asked to notify immediately the government contact point cited below upon making a decision to respond to this announcement. This action is necessary to begin review and clearance procedures. Foreign firms should be aware that restrictions may apply which could preclude their participation. Grants and other Assistance Instruments are included in this announcement. However, anyone submitting a proposal for a Grant or other Assistance Instrument, must reference the BAA Number and title their proposal as a Grant, or anything other than a proposal on the basic announcement. These responses will be handled by HSC/PKRE, Attn: Doreen Moore, Contracting Officer, 210-536-6241, 8005 9th Street, Brooks AFB TX 78235-5353. Contact Points: Contracting questions for this BAA to 325 CONS/LGCX, Attn: Alyce Molt, 501 Illinois Ave, Suite 5, Tyndall AFB FL 32403-5526, Commercial (904) 283-8668. Technical questions to AL/EQP, Attn: Mr Paul Carpenter, 139 Barnes Drive, Suite 2, Tyndall AFB FL 32403-5323, Commercial (904) 283-6267. Only contracting officers are legally authorized to commit the government. (267)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960926\A-0001.SOL)


A - Research and Development Index Page