|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 30,1998 PSA#2252Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245,
Washington, DC 20310-5200 A -- R&D BROAD AGENCY ANNOUNCEMENT DUE 031999 POC Carole Mattice,
Contract Specialist (703) 697-6259 and/or Joyce Rose, Supr. Contract
Specialist, (703) 695-2564 BAA SUBJECT: NGP Research Element 4.D-b New
Technologies for Reducing the Mass of Fire Suppressant Agents BROAD
AGENCY ANNOUNCEMENT -- The Executive Director, Strategic Environmental
Research and Development Program (SERDP), is soliciting proposals
under NGP Research Element 4.D-b New Technologies for Reducing the Mass
of Fire Suppressant Agents. [NOTE: In addition to this BAA, proposals
will be also be solicited within the Government by the SERDP Executive
Director.] BACKGROUND: Halon 1301, used for fire extinguishment and
explosion suppression applications in fielded weapon systems and
mission-critical facilities, has been banned from national production
due to its high ozone-depleting potential. Alternatives developed by
industry to date have sizable weight and volume penalties, and their
application to fielded current weapons systems could require expending
large amounts of funding and time. Consequently, the DoD has embarked
on an aggressive new R&D program -- the Next-Generation
FireSuppression Technology Program (NGP) -- under the technical
direction and oversight of the Office of the Director, Defense Research
and Engineering/Platform and Materials Technology (ODDR&E/PMT). The NGP
goal is to develop and demonstrate, by 2005, retrofitable, economically
feasible, environmentally-friendly and user-safe processes, techniques,
and fluids that meet the operational requirements currently satisfied
by halon 1301 systems in aircraft, ships, land combat vehicles, and
critical mission support facilities. The results will be specifically
applicable to fielded weapons systems, and will provide dual-use fire
suppression technologies for preserving both life and operational
assets. Successful candidates must perform satisfactorily in tests for
a wide variety of properties, including those reviewed by the
Environmental Protection Agency (EPA). An initial survey of fires for
which the DoD currently uses halon 1301 shows an extremely broad range
of fire conditions and several distinct hazards tobe avoided. The
Military Departments and other participating government agencies will
conduct research projects within the NGP, and proposals accepted from
industry or academia for NGP research projects will be incorporated
into these programs. Additional information on the NGP, including
preliminary information about the types of fires to be suppressed, may
be found on the Internet Web site http://www.dtic.mil/ddre/, under
"Science and Technology Programs," at document "The Next-Generation
Fire Suppression Technology: Strategy for a National Program," dated
July 1996. The NGP Technical Point of Contact is Dr. Richard G. Gann,
Technical Program Manager (TPM), NGP, National Institute of Standards
and Technology (NIST), e-mail (preferred): rggann@nist.gov, phone:
(301) 975-6866; fax: (301) 975-4052. A. BAA OBJECTIVE: To identify and
demonstrate (proof of concept of) the effectiveness of new ideas for
altering the air flow in engine nacelles in the event of a fire. B.
EXPECTED PAYOFF: Reduced air flow past a fire will result in a lower
oxygen concentration in the vicinity of the flames. This will enable
flame extinguishment with a reduced quantity of agent, expanding the
search of new chemicals to include consideration of those less
efficient than halon 1301. C.BACKGROUND: The goal of the NGP is to
identify processes, techniques and fluids that will provide the fire
protection for current weapons systems now offered by halon 1301. A
number of chemicals have been (or may yet be) suggested that are
inherently less efficient than halon 1301, but meet other compatibility
and system requirements. It is well known that fire suppression is
easier in reduced oxygen environments. Thus, approaches to reducing the
oxygen concentration are appropriate candidate technologies. However,
the implementation of the technology must not itself require
unreasonable weight or volume, or otherwise be incompatible with the
fit and function of the weapons system. D. ESTIMATED COST AND DURATION
OF PROPOSED WORK: The government estimate of the cost and time to meet
the requirements of this SON is $200,000 for one year. It is expected
that 2-4 projects might be supported within the estimated resources.
Proposers should not consider these estimates to be either minima or
maxima; they are provided only as estimates around which reasonable
proposals may be developed. It also should be understood that the
government reserves the right to fund more than one proposal either to
meet this requirement fully or to pursue more than one innovative
approach; the reasonable total cost of which might be more or less than
the government estimate. The government will consider proposals which
offer technical or cost advantages but only meet partial technical
requirements of this Research Element. Estimated additional funding
(cost sharing) from performing organizations: colleges/ universities
and small business firms -- 10% of total request; all others -- 33% of
total request. SUBMISSIONS: Offerers are encouraged to submit concise,
but descriptive, proposals. Proposals for FY 2000 contract awards will
be accepted until 3:00 PM EST on 19 March 1999. The proposal,
including the original signed copy, six additional copies, and one copy
on a 3 " diskette (DOS-formatted, with text in a convertible word
processor), all referencing BAA #4d-b and must be submitted to: Brenda
J. Batch, Administrative Officer, SERDP Program Office, 901 North
Stuart Street, Suite 303, Arlington, Virginia 22203, TEL: (703)
696-2123; FAX: (703) 696-2114. All technical questions concerning this
BAA should be addressed to Dr. Richard G. Gann. PROPOSALS SENT BY FAX
OR E-MAIL WILL BE REJECTED. Proposals will be selected through a
technical/scientific/business decision process with technical and
scientific considerations being most important. Individual proposal
evaluations will be based on acceptability or non-acceptability without
regard to other proposals submitted under the announcement; however,
due to budgetary constraints, all acceptable proposals may not be
funded. No award will be made without a proposal to perform the
specific effort within an estimated cost and time framework. Offerers,
if selected, must be willing to cooperate and exchange information in
an integrated program with other contractors chosen by the TPM.
PROPOSAL CONTENT: Proposals shall consist of two separate parts. Part
I shall provide the technical proposal and management approach, and
Part II shall address costs. The proposals shall be prepared on 8.5 x
11 inch paper, with one and one-half line spacing or double spaced, in
at least 10-point type. Part I of the proposal should, as a minimum,
describe the proposed concept thoroughly. This should include naming
the proposed chemical(s) or technology, indicating why there is reason
to believe it will be effective, and showing the types of fires for
which its use is suggested. In addition, the document should describe
the experiments proposed to obtain the proof of concept and the
criteria for success, and the performance schedule. In particular, Part
I of the proposal shall include: (a) a cover page including BAA number,
proposal title, technical and administrative points of contact
including mailing addresses, telephone numbers, electronic mail
addresses, and facsimile machine numbers; (b) a one-page summary
identifying any technical ideas to be pursued and their expected impact
on the state of the art and the NGP; (c) a statement of work, detailing
the scope of the proposed work and specific utilization of
subcontractors; (d) a description of results, products, and
transferable technology expected from the project; (e) a list of the
milestones and schedule; (f) a statement of the technical rationale
that substantiates the schedule and justifies the overall technical
approach of the proposal; (g) a (not-to-exceed) one-page summary of any
proprietary claims to results, prototypes, or systems supporting and/or
necessary for the use of the research, results, and/or prototype (if
there are no proprietary claims this section shall consist of a
statement to that effect); (h) a section describing relevant
capabilities, accomplishments, and work in these or closely related
areas along with the qualifications of proposed subcontractors; (i) a
management plan describing the overall approach to management of this
effort, including brief discussions of total organizations, use of
personnel, project/function/subcontractor relationships, government
research and facility interface, and planning, scheduling and control
practices. Part I must be no longer than 10 pages in length, including
up to one appendix for figures. Foldouts shall be counted as a single
page. The contents of the appendix shall be limited to figures that
directly support items discussed in the text of the proposal. If items
are included in the appendix which are not covered in the basic
proposal, the proposal may not be reviewed. Proposals with Part I in
excess of 10 pages may not be reviewed. Proposals of fewer than the
maximum number of pages will not be penalized. Part II of the proposal
shall be no longer than 10 pages and shall include a one page summary.
Costs shall be supported by detailed breakdowns of labor hours by labor
category and tasks/subtasks, materials, travel, computer and other
direct and indirect costs. An explanation of any estimating factors,
including their derivation and application, shall be provided. Details
of any cost sharing to be undertaken by the Offerer should also be
included in the cost section. [See APPENDIX A of this BAA for
additional requirements and amplifying information concerning
preparation of Part II cost data.] ABSTRACT: Offerers, either
individual or teamed, are strongly encouraged to submit a two-page
abstract of their proposed work to preclude unwarranted effort (a) on
the part of an Offerer in preparing a full proposal and (b) on the part
of the Government, in reviewing one. Page one shall be a title page
clearly labeled "PROPOSAL ABSTRACT" and including this BAA number,
proposal title, plus Offerer's administrative and technical points of
contact along with mailing addresses, telephone and facsimile numbers,
e-mail addresses, and the signature of an authorized officer. The
second page should include a summary of the technical ideas proposed
and their anticipated deliverables, and total cost. The abstract shall
be on 8.5 x 11 inch paper, with one and one-half line spacing or
double spaced, in at least 10-point type. The original and one copy of
each abstract shall be received no later than 3:00 p.m. January 19,
1999, by the SERDP Program Office, 901 North Stuart Street, Suite 303,
Arlington, Virginia 22203, TEL: 703-696-2117; FAX: 703-696-2114. A
copy of the abstract should also be sent -- preferably by e-mail -- to
the Technical Point of Contact, Dr. Richard G. Gann, by the same date.
An abstract is not a requirement for submission or selection of a
proposal. Any Offerer whose abstract is found to be consistent with the
intent of this BAA will be invited by February 12, 1999, to submit a
full technical and cost proposal. Such an invitation does not assure
subsequent contract award. Regardless of the recommendation, the
decision to submit or not submit a proposal is the responsibility of
the Offerer. EVALUATION/AWARD PROCESS: Evaluation of the abstracts and
proposals will be performed using the following criteria, listed in
descending order of relative importance: (1) technical quality and
originality of the proposed research; (2) relevance to the NGP goal and
impact on the goal if successful; (3) the Offeror's capabilities,
related experience, facilities, techniques, or unique combinations
thereof, which are integral factors for achieving the proposed
objectives; and (4) the appropriateness of the budget to accomplishing
the work proposed under this BAA. Proposals will be evaluated and
ranked by a Peer Review Panel chaired by the NGP TPM. Dr. Richard G.
Gann, the NGP Technical Program Manager (TPM) and Chairman of the NGP
Technical Coordinating Committee (TCC), will Chair the Peer Review
Panel selected by the TPM. The Panel will be composed of three or more
evaluators. Each proposal will be evaluated and ranked by at least
three Panel members. The NGP TPM/TCC will review the Panel results and
consider acceptable proposals that best meet the programmatic needs of
the NGP, as advertised in the BAA. The NGP TPM/TCC will recommend to
the SERDP Executive Director, through the Halon Alternatives R&D
Steering Group (HASG) and the SERDP Pollution Prevention Thrust Area
Working Group (PP/TTAWG), a subset of the acceptable proposals for
award which will construct a balanced program, meeting the needs of the
NGP. These recommended proposals will then be reviewed by the SERDP
Scientific Advisory Board (SAB). The mission of the SAB is to review
all proposed SERDP-funded projects and, based on the projects'
technical merit and funding, make appropriate selection recommendations
to the SERDP Council. The TPM will make a concise presentation of the
proposals to the SAB, usually in the Washington, D.C., metropolitan
area. Principal investigators of the recommended projects may attend,
as coordinated with the TPM, who will provide specific guidance for
this presentation, including date, time, and location. Contract award
selections will be recommended by the SERDP Executive Director to the
SERDP Council, which will approve the FY 2000 SERDP new-start projects
prior to 1 October 1999. The Defense Supply Service-Washington (DSS-W)
Contracts Office, the contracting agency for the NGP, will make
contract awards within a reasonable period of time. A Military
Department or NIST official will be designated a Contracting Officer's
Representative (COR) for each contract, as recommended by the NGP TPM.
It is the policy of the SERDP Program Office and the DSS-W Contracts
Office to treat all proposals as competitive and proprietary
information and to disclose the contents only for the purpose of
evaluation. The Government may use selected support contractor
personnel as special resources to assist in administering the
evaluation of the proposals. These persons are restricted by their
contracts from disclosing the proposal information or using it for
other than performing their assigned administrative task. Contractor
personnel are required to sign non-disclosure statements. By submission
of your proposal, you agree that your proposal information may be
disclosed to these selected contractors for the limited purpose stated
above. Any information submitted with your proposal that you do not
consent to limited release to these contractors must be clearly marked
and submitted segregated from other proposal material. This
announcement constitutes a Broad Agency Announcement as contemplated in
FAR 6.102(d)(2). There will be no formal request for proposals or other
solicitations outside the Government regarding this announcement. The
Government reserves the right to select for award all, some, or none of
the proposals received in response to this announcement. All
responsible sources may submit a proposal which shall be considered.
Historical Black Colleges and Universities (HBCU) and Minority
Institutions (MI) are encouraged tosubmit proposals and join others in
submitting proposals; however, no portion of this BAA will be set
aside for HBCU and MI participation due to the impracticality of
reserving discrete or severable areas of NGP technology for exclusive
competition among these entities. Points of contact at the Defense
Supply Service Washington: Carole Mattice, Contract Specialist (703)
697-6259 and/or Joyce Rose, Supervisory Contract Specialist, (703)
695-2564. Detail concerning additional requirements and amplifying
information for preparation of Part II Cost Data can be found at NGP's
Web Site; the address is http://www.dtic.mil/ngp/solicitation/html
Cost Estimate: An estimate of the total research project cost, with a
break down of direct and indirect funds by category and year, must
accompany each formal proposal (PART II). Multiple-year proposals are
encouraged to cover the total estimated duration of the project, as
appropriate. Incremental funds will be provided by SERDP to successful
proposers for effort performed during each Federal fiscal year, given
that sufficient funds are provided to SERDP and the defense
requirements indicate that the research is a continuing priority. Costs
proposed must conform with the following regulations and principles:
Commercial firms: Federal Acquisition Regulation (FAR) Part 31 and
Defense FAR Supplement Part 31, Contract Cost Principles and
Procedures. Educational Institutions: OMB Circulars A-21 and A-88.
Nonprofit Organizations: OMB Circulars A-122, and A-133. The budget
estimate must include the following: a. Direct Labor Costs: Show the
current and projected salary amounts in terms of man-hours, man-months
or annual salary to be charged by the PI(s), research associates and
assistants, and the total amount per year to be paid to each from the
project. State the number of man-hours used to calculate a man-month or
man-year. For proposals from universities, the time and amounts to be
charged should be identified by academic year and summer effort. The
proposal must identify thebasis for the direct labor hours or
percentage of effort, e.g., historical hours or estimates, as well as
rates and salaries. Labor costs should be predicated upon actual labor
rates or salaries. These estimates may be adjusted upward for forecast
salary or wage cost-of-living increases that will occur during the
contract period. b. Fringe Benefits and Indirect Cost Rates, c. Major
Equipment: 1) It is DoD's policy that commercial and nonprofit
contractors provide the equipment needed to support proposed research.
Where specific additional equipment is approved, approved costs shall
be "non-fee-bearing." 2) An itemized list with cost of permanent
equipment is required. Permanent equipment is an article of
nonexpendable tangible property having a useful life of more than 2
years and an acquisition cost of $500 or more per unit. The basis must
be disclosed, such as a Vendor Quote or Historical Cost. : d) Special
test equipment to be fabricated by the contractor for specific
research purposes and its cost. e) Standard equipment to be acquired
and modified to meet specific requirements, including acquisition and
modification costs, listed separately. f) Existing equipment to be
modified to meet specific research requirements, including modification
costs. Do not include as special test equipment those items of
equipment that, if purchased by the contractor with contractor funds,
would be capitalized for Federal income tax purposes. d. Materials and
Supplies. e. Subcontracts. f. Travel Costs: List and detail all
proposed travel. Project Principal Investigators will be required to
attend the NGP Annual Research Meeting in the Washington, D.C. Metro
Area, to present their research findings. The meeting duration is 3
days in the June/July time-frame. Travel to scientific meetings
requires identification and purpose. For planning purposes, SERDP may
require PIs to attend up to four meetings each year. g. Publication and
Report Costs. h. Consultant Costs. i. Other Direct Costs, and j. Fixed
Fee. Posted 12/28/98 (W-SN283581). (0362) Loren Data Corp. http://www.ld.com (SYN# 0001 19981230\A-0001.SOL)
A - Research and Development Index Page
|
|