The RFP Database
New business relationships start here

AMRDEC SSDD Broad Agency Announcement to Advance Missile, Aviation and Other Defense Technologies


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Description: This notice constitutes a Broad Agency Announcement (BAA) issued by the US Army Aviation & Missile Research, Development & Engineering Center (AMRDEC), System Simulation and Development Directorate (SSDD) as a Broad Agency Announcement (BAA) under the provisions of Federal Acquisition Regulation (FAR) 35.016. THE BAA DOES NOT PERTAIN TO THE ACQUISITION OF TECHNICAL, ENGINEERING AND OTHER TYPES OF SUPPORT SERVICES OR RELATED TO DEVELOPMENT OF A SPECIFIC SYSTEM OR HARDWARE PROCUREMENT. This BAA pertains to basic and/or applied research for the following two technologies:

(1) MISSILE & AVIATION TECHNOLOGIES:
i. Interceptors ii. Threat Negation iii. Advanced Simulation iv. Command, Control & Communications v. Networks vi. Interoperability vii. Applied Research Requirements viii. Developmental Testing ix. Other Applicable Missile and Aviation Technologies
(2) OTHER DEFENSE TECHNOLOGIES (AIR, SPACE, CRUISE MISSILE, ARMOR, FORCE
PROTECTION, HYPERSONICS AND OTHER):
i. Integrated Missile Technologies ii. Advanced Modeling iii. Target Technology iv. Transportation Technologies v. Operational Analysis vi. Battle Management Technologies vii. Fire Control Analysis and Simulation viii. Directed Energy Technologies ix. Force Protection x. Other Applicable Defense Infrastructure Advanced Technologies
The place of Performance could be Building 5400, Fowler Road, Redstone Arsenal, AL 35898 and/ or the offerors proposed facility. This notice applies to all types of entities: educational institutions, nonprofit organizations, and large or small businesses. Participation from/with minority institutions, historically black colleges and universities, and small disadvantaged businesses is encouraged. This AMRDEC SSDD BAA is not open to foreign participation at any level. Any contractor or subcontractor considering this AMRDEC SSDD BAA cannot have foreign nationals working on the effort. Foreign Nationals (also known as foreign persons) means any person who is NOT a citizen or national of the US; or a lawful permanent resident; or a protected individual as defined by 8 U.S.C 1324b(a)(3).

b. There are two phases applicable to this BAA:
First Phase: Summary Concept Paper: The summary concept paper should state the proposed technical concept including the rationale and objectives, methodology, expected results, and its contribution to the AMRDEC. In addition, the summary concept paper should include a period of performance and anticipated cost. The concept paper shall be limited to 5 pages (8 1/2 x 11 single-spaced), of English text with one additional page for a technical drawing if necessary, and shall be in MS Word Windows format. Concept papers will be assessed based on technical merit, importance to AMRDEC technologies, funding availability, and cost. As part of the concept paper assessment, submissions will be classified as follows:

(a)    Category I: Comprehensive scientific and technical concept and meets agency needs. No concerns regarding submittal. Issuance of a request for proposal (RFP) letter is recommended.

(b) Category II: Scientific/technical concept does not meet agency needs.

Concept papers may be submitted from the time of issuance of this notice through the noted response date. Acknowledgement of receipt of concept papers will be made. Files shall not be password protected. It is the responsibility of the offeror to ensure that all submitted files are viewable, readable, printable, etc. None of the submitted concept papers will be returned. Concept papers not categorized as Category 1 will be disposed of in a manner that protects proprietary data.

TABLE 1 - SUGGESTED CONCEPT PAPER FORMAT
(Maximum 5 Pages)
SECTION 1 - Cover Page, Table of Contents (Excluded from the Page Count)
SECTION 2 - Technical Concept
SECTION 3 - Bios of key personnel
SECTION 4 - Period of performance and anticipated cost
SECTION 5 - Acronym Listing (Excluded from the Page Count)
NOTE: Include a page for technical drawings as applicable

Second Phase: Proposal submission, evaluation and award:
The Contracting Office will only distribute a formal RFP letter for full technical and cost proposals to respondents with concept paper submissions classified as Category 1. The Contracting Office will notify respondents within 180 days of receipt of concept papers if full cost and technical proposals are being requested. Proposals may range from theoretical studies to a proof-of-concept that includes fabrication, delivery and test of prototypes. The submission deadline for proposals will be included in the distributed RFP letter. All proprietary material should be clearly marked. Proposals will be evaluated on their own merit without regard to any other proposals submitted under this announcement. The criteria for evaluating proposals will be technical merit, importance to agency programs, funds availability, and cost. All components are of equal importance.
c. Technical proposals shall include more detailed information regarding the proposed technical approach/methodologies, and expected results, and its contribution to the AMRDEC. Proposals should contain a summary of the work contemplated for every 12-month period, so that a contract may be negotiated for an entire performance period. A detailed performance schedule for each discrete task must be included along with cost data to include labor-by-labor category. (1) The Performance Work Statement (PWS) should be a concise document suitable for incorporation into a resultant contract. It should provide a qualitative description of the proposed work, which should be described in terms of advancement, improvement, or end product to be developed. The PWS should state the objectives to be achieved and how these objectives would benefit the Government. These objectives should be stated in terms of their potential usefulness to the Research & Development and Warfighter communities at and supported by the AMRDEC. The PWS should also include a proposed schedule detailing significant milestones and deliverables. (2) One page resumes of the offeror's key personnel (including alternates, if desired) who will be involved in the research should be provided. Documentation of previous work or experience and capability is especially important. (3) The type of material support, if any, the offeror requests of the AMRDEC, such as facilities, equipment, or materials should be provided. Any request by offerors for Government furnished property/equipment must be clearly identified in the proposal. However, the Government is under no obligation to comply with such requests. Therefore, offerors should make provisions for alternate approaches in the event the Government is unwilling or unable to provide the requested property/equipment. (4) A brief description of the organization should be provided. (5) The facilities to be used for the work should be provided.
See table 2 below for additional details regarding content of cost and technical proposals. The formal cost and technical proposal shall be (8 1/2 x 11 single-spaced), of English text (or technical drawings as applicable) and shall be in MS Word Windows or MS Excel format (as applicable).
The following reports may be required. Reporting requirements will be specified by the Government in the RFP letter in the event a contractor is requested to submit a formal proposal: 1. TECHNICAL REPORT-STUDY/SERVICES, DI-MGMT-80934A, one time; 2. FUNDS AND MANHOUR EXPENDITURE REPORT, DI-FNCL-80331A, one time 3. STATUS REPORT, D I-MGMT-80368A, monthly; 4. PERIODIC PROGRAM REVIEWS (such as IPRs, SRRs, SDRs, etc.), as required. 5. Manpower Reporting Requirements.

d. The cost portion of the proposal should contain a cost estimate that is sufficiently detailed by element of cost for meaningful evaluation and must include sufficient detail to support and explain all costs proposed, giving figures and narrative explanation. Cost proposals must contain certifiable cost or pricing data, and shall be in sufficient detail to allow direct and indirect rate verification. The budget must include the total estimated cost of the project. The estimated project costs must be broken down for each year of the program to show the following: (1) Labor categories and direct/subcontract labor hours (2) Material (3) Travel (4) Other direct costs (5) Indirect costs and (6) Fee.

(1)    Direct Labor: Direct labor rates shall identify the baseline rate, any projected
escalation, any applicable indirect rates, (i.e.Labor Overhead, Fringe Benefits, General & Administrative (G&A) expense, etc.) any Facilities Capital Cost of Money (COM) rates, and proposed Fixed Fee for each contract year.

(2)    Indirect Costs Fringe Benefits, Overhead, G&A, COM, etc. (Must show base
amount and rate). Any burden rates used shall be identified as a total dollar figure and percentage. The proposal shall specify the factual and judgemental elements used to develop the proposed indirect or burden rates and shall provide the details of the computations of any proposed burden rate.

(3)    Material: should be specifically itemized with costs or estimated costs. An
explanation of any estimating factors, including their derivation and application, shall be provided. Where possible, indicate purchasing method (competition, price comparison, market review, etc).

(4)    Travel: The contractor shall identify any proposed indirect rates that will be
applied to any base travel cost.

(5)    ODC: Subcontracts/consultants: Subcontractor proposal costs should be as
detailed as the prime proposal. Provide consultant agreements which verify the proposed daily/hourly rates, and identify any proposed indirect rates that may apply to consultant fees.

NOTE: The cost of proposal preparation or any other response submitted to this BAA is not considered an allowable direct charge to any resultant contract or any other Government contract. Per FAR 15.404-4(c) (4)(i) (A), fee cannot exceed 15% of the proposed estimated costs. Files shall not be password protected. It is the responsibility of the offeror to ensure that all submitted files are viewable, readable, printable, etc.

TABLE 2 - SUGGESTED PROPOSAL FORMAT (TECHNICAL = MAXIMUM 100 pages)
TECHNICAL VOLUME (see section C above )

SECTION 2 - Technical Plan
SECTION 3 - Resumes
SECTION 4 - Performance Schedule and Related Details
SECTION 5 - Description of the Organization
SECTION 6 - Details Regarding Proposed Facilities
SECTION 7 - Type of material support requested
SECTION 8 - PWS
SECTION 9 - Acronym Listing (Excluded from the Page Count)
COST VOLUME (see section D above) (Unlimited Page Count)
SECTION 1 - Cover Page, Table of Contents
SECTION 2 - Detailed Information Regarding Various Cost Components
SECTION 3 - Acronym Listing

e. The Government anticipates multiple awards under this announcement, though no minimum or maximum number of awards can be guaranteed. This BAA is an expression of interest only and does not commit the Government to make any award(s). THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR AWARD ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. Any contract (s) resulting from this BAA are considered to be the result of full and open competition and in full compliance with FAR 6.102(d)(2)(i). Any awards as a result of this announcement will take the form of a contract. Cost-Plus-Fixed-Fee level of effort type contracts are expected to be awarded. Therefore, no award will be made to an offeror that does not have a cost accounting system adequate for determining costs applicable to contracted effort. In addition, no award will be made to an offeror that does not meet the responsibility standards outlined in FAR 9.104-1. For planning purposes, awards are anticipated in the $150K to $10M range for the base contract with a period of performance not to exceed 36 months. The base contract can be expanded with options to a period of 60 months. However, the total contract value (of each individual contract) for the base and options cannot exceed $30M. The Government anticipates that any contract resulting from this AMRDEC SSDD BAA will be funded on an incremental basis as under provided by FAR 52.232-22, Limitation of Funds.

g. Other Administrative Matters
1. System for Award Management (SAM): All Offerors submitting proposals must be actively registered in the SAM prior to contract award; provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number, and Taxpaper Identification Number (TIN) in the proposal.

2. Wide Area Work Flow: NOTICE: Any award resulting from this solicitation will require electronic submission of all payment requests. The Department of Defense has adopted Wide Area Work Flow (WAWF)-Receipt and Acceptance (WAWF-RA). The applicable WAWF-RA agency codes will be provided in the actual award document. Interested parties are encouraged to take advantage of available web-based training and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil.

3. Subcontracting Plans: Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), it is the policy of the Government to enable small business concerns to be considered fairly as subcontractors to contractors performing work or rendering services as prime contractors or subcontractors under Government contracts, and to assure that prime contractors and subcontractors carry out this policy. If the offeror is a large business or university proposing a project that exceeds the amount of $700,000, and contains subcontracting possibilities, the offeror must comply with both FAR 52.219-9, Small Business Subcontracting Plan; and DFARS 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DOD Contracts).

f. Facsimile submission is not authorized under this announcement; only electronic submissions are authorized. This BAA is in support of an unclassified program. Therefore no classified data shall be included in the concept paper or proposal. No telephone calls will be accepted. Concept summary papers shall be submitted to BOTH of the following email addresses:

adelaide.e.stone.civ@mail.mil
andy.eiermann.civ@mail.mil


This AMRDEC SSDD BAA shall remain in effect for a period of one-year from date of synopsis and may be republished annually through October 30, 2015 with any updates/changes as necessary. Amendments to this BAA will be posted to the FedBizOpps web site when they occur. Therefore interested parties are encouraged to periodically check these websites for updates and amendments. Interested parties are responsible for monitoring the FedBizOpps and ASFI websites for any related updates or amendments.


Adelaide Stone, 256-842-5151

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP