|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1996 PSA#1689325 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
|
|