Opportunity BAA-RV-10-01-001

The summary for the Opportunity BAA-RV-10-01-001 grant is detailed below. This summary states who is eligible for the grant, how much grant money will be awarded, current and past deadlines, Catalog of Federal Domestic Assistance (CFDA) numbers, and a sampling of similar government grants. Verify the accuracy of the data FederalGrants.com provides by visiting the webpage noted in the Link to Full Announcement section or by contacting the appropriate person listed as the Grant Announcement Contact. If any section is incomplete, please visit the website for the Air Force Research Lab, which is the U.S. government agency offering this grant.
Opportunity BAA-RV-10-01-001: BROAD AGENCY ANNOUNCEMENT BAA-RV-10-01Air Force Research Laboratory/RVKB DirectoratePROPOSAL CALL ANNOUNCEMENT (CALL) #001BROAD AGENCY ANNOUNCEMENT TITLE: AFRL Space Vehicles Directorate, Battlespace Environment Division - BAA-RV-10-01BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-RV-10-01PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Topic # 1 - Development and Application of a Heliospheric Imaging Mission PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER: 001TECHNICAL POINT OF CONTACT: The technical point of contact for this CALL is: Det 8 AFRL/RVBXS; Attn: Janet C. Johnston; 29 Randolph Rd.; Hanscom AFB MA 0731-6538; Phone: 781-377-2138, Fax: 781-377-3160, E-mail: [email protected] CONTRACTING POINTS OF CONTACT: The contracting points of contact for this CALL are: Contract Specialist: Det 8 AFRL/RVKB: Attn: Ms. Ellen Foster, 2251 Maxwell Ave., S.E.; Bldg 424 (Mail Room - Bldg 590, RM 1); Kirtland AFB, NM, 87117-5773; Phone: 505-846-0938: Fax 505-846-0945; E-mail: [email protected] OR Contracting Officer: Det 8 AFRL/RVKB; Attn: Ms. Jean A. Barnes; (same address); Kirtland AFB, NM, Phone 505-846-4695; Fax: 505-846-0945; E-mail: [email protected] REQUIREMENT DESCRIPTION:The Air Force Research Laboratory is soliciting proposals for research leading to the development and application of a next generation heliospheric imager and associated mission concept scenarios under the Space Weather Technology Area, of the Broad Agency Announcement RV-10-01 posted on 10 Nov 2009. Air Force Space Command (AFSPC) has documented requirements for development of environmental effects characterization capabilities. The purpose of these capabilities is to provide situational awareness of geophysical phenomena that can affect the performance of mission-critical Air Force systems and aid in anomaly resolution. This project focuses on conditions in space, between the Sun and the Earth (the inner heliosphere), that may have impact on Air Force space-sensitive operations. Currently, the Air Force has two types of heliospheric imagers operating in space - scanning in low earth orbit and a pair of staring instruments in solar orbit. Both configurations have shown advantages and limitations and are not ideal for future missions leading to practical advance detection and tracking of coronal mass ejections, corotating structures and other heliospheric phenomena.This effort will consist of two basic parts: (a) assessment of features and failures of current in orbit imagers relevant to a next generation mission, alternative mission concepts and (b) notional mission design trade-space (instrument basic capabilities, orbit inclination, altitude, data cadence, conops, field of view, expected resolution, etc.)This effort will be in support of the Solar and Solar disturbance Prediction program in the Space Vehicles Directorate, Advanced Technology Development (6.3). The Solar program investigates solar processes and solar ejecta that propagate through the heliosphere to affect Earth. The program operates the first heliospheric imager, SMEI and uses physics theory, models, and data to understand and better forecast space weather.ANTICIPATED FUNDING: Anticipated funding for this CALL (not per contract or award) is: FY 10, $70KThis funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. PERIOD OF PERFORMANCE: The anticipated period of performance for individual awards resulting from this CALL is expected to be 12-months in duration. The period of performance to be proposed "includes 09 months for technical effort and 3-months for Final Report preparation."Desired Start Date is 2 June 2010PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 12 Noon MDT on 17 May 2010. Proposals for any other technology area identified in the baseline BAA will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c) (3). CALL AMENDMENTS: Offerors should monitor FedBizOpps/EPS http://www.fbo.gov and Grants.gov/FIND at: http://www.grants.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. ANTICIPATED TYPE OF CONTRACTS/INSTRUMENTS: The Air Force anticipates awarding a Fixed-Price contract type as a result of this CALL but reserves the right to award the instrument best suited to the nature of research proposed. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding one support contract. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE: 2 June 2010.INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. This acquisition is open to foreign contractors.DELIVERABLES ITEMS: DATA REPORTS (semi-annual progress report, final report) OTHER RELEVANT INFORMATION:1. Program security classification for this CALL is UNCLASSIFIED. 2. ITAR, export control, DD Form 2345 is not required. The contractor will NOT be subject to ITAR restrictions. Proposals may be submitted by foreign contractors.3. Government Furnished Property & Information will not be associated with this effort.4. Base Support. The Government will NOT be providing the contractor base support throughout the course of this contractual effort.5. Proprietary Information. Administrative access to proprietary information may be necessary throughout completion of this effort. The Government may exercise the use of non-Government advisors and administrators in service roles. Service contracts contain an organizational conflict of interest clause that requires the service Contractors to protect the data and prohibits the service Contractors from using the data for any purpose other than for which the data was presented. Offerors will be required to sign and submit the provision consent form associated with this CALL; objections may also be indicated on the consent form. Describe any anticipated contracts between the Air Force and contractors that will require administrative access to proprietary information. 4. Other. Please see attachment #1 for cost proposal instructionsAPPLICABILITY OF BASELINE BAA: All requirements of BAA-RV-10-01 apply unless specifically amended and addressed in this CALL. For complete information regarding BAA-RV-10-01 refer to the initial open-ended BAA posted 10 Nov 2009 on FebBizOpps http://www.fbo.gov and Grants.gov/FIND http://www.grants.gov. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the points of contact identified above.NOTICE FOR PROPOSAL INSTRUCTIONS: Det 8 AFRL/PK Proposal Instructions are attached to this Announcement. PROPOSAL SUBMISSION: (1) Please prepare your proposals in accordance with (IAW) the Det 8 Air Force Research Laboratory AFRL/PK dated 20 Feb 10, which are incorporated in this CALL Announcement below pursuant to FAR 15.408 in the Table format outlined in the instructions. Please submit a Management, Technical, and Cost Proposal(s). (2) Two copies and an original of your proposal are requested. In addition, include an electronic copy of your proposal on a compact disk (CD), this shall also include a Microsoft Excel 2007 or earlier compatible cost proposal. Please provide any additional data rights items not already submitted in the Representations and Certifications that were included under the awarded basic contract. Proposals are due to this office on or before 12:00 Noon (MDT) 17 May 2010. Please note, allow enough time for mail handler's to get through security. Also, it is the Offeror's responsibility to ensure that their proposal's arrive by the due date and time. Submit your proposal to the following address:Air Force Research Laboratory Det 8 AFRL/RVKBATTN: Ms. Jean A. Barnes or Ms. Ellen Foster2251 Maxwell St., SE, Bldg. 424, Mail Room (Bldg 590, RM1)Kirtland AFB NM 87117-5773(3) Submission of proposal(s) are not an authorization to commence work or to incur any costs to perform the work described above. Work is not to be implemented until appropriate contractual action is taken to add the work to the contract. Any work performed or expense incurred prior to that time (including bid and proposal costs) will be at your own risk. Attachment #1 page 1 of 6Det 8, AIR FORCE RESEARCH LABORATORY AFRL/PK(FAR CONTRACTS) 1. Offerors shall: a. Provide these Cost Proposal Instructions to all subcontractors. Proprietary subcontractor data may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. b. Furnish Tables 1 and 2 for the entire performance period (supported by rationale required by paragraph 2) in hard copy and on CD as IBM PC compatible, Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option or task order as proposed. Identify when the offeror's fiscal year (OFY) begins and ends. c. Ensure that all rate data and estimating factors used in the proposal have been submitted for review to the cognizant Defense Contract Audit Agency (DCAA) prior to cost proposal submission. d. Provide the following information as the first page of the proposal for the Prime and Each Subcontractor. i. Name, title, telephone and fax numbers and e-mail address of offeror's point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) or Task Order using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. "Senior Scientist", "Technician", or "Lead Engineer") are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. Attachment #1 page 2 of 6b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). c. Subcontracts/Interorganizational Transfers (IOTs). Obtain cost proposals from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable) and each Task Order. Provide a list of anticipated subcontractors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of subcontract/IOT proposals. If decrement factors are used, explain their development and application. If the proposed subcontractor's/IOT's fee rate is higher than the Prime's fee, provide rationale as to why the subcontractor's risk is greater than the Prime's. NOTE: Subcontractor/IOT proposals are due by the closing date identified in this announcement. In accordance with DFARS 252.215-7003, Excessive Pass-Through Charges - Identification of Subcontract Effort, the offeror's proposal shall exclude excessive pass-through charges. To comply with this provision, the contractor shall provide the following information: (1) The offeror shall identify in its proposal the percent of effort it intends to perform, and the percent expected to be performed by each subcontractor, under the contract, task order, or delivery order. (2) If the offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the contract, task order, or delivery order, the offeror shall identify in its proposal (i) The amount of the offeror's indirect costs and profit applicable to the work to be performed by the subcontractor(s); and (ii) A description of the value added by the offeror as related to the work to be performed by the subcontractor(s). (3) If any subcontractor proposed under the contract, task order, or delivery order intends to subcontract to a lower-tier subcontractor more than 70 percent of the total cost of work to be performed under its subcontract, the offeror shall identify in its proposal (i) The amount of the subcontractor's indirect costs and profit applicable to the work to be performed by the lower-tier subcontractor(s); and (ii) A description of the value added by the subcontractor as related to the work to be performed by the lower-tier subcontractor(s). d. Travel. Separately identify costs for travel for the basic and each option or task order as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. Attachment #1 page 3 of 6 e. Material. Separately identify costs for material for the basic and each option or task order as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. Cost of Money (COM). Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. Fee. Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal. Attachment #1 page 4 of 6 TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE - ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXXCOST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXXFEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) X
Federal Grant Title: Opportunity BAA-RV-10-01-001
Federal Agency Name: Air Force Research Lab
Grant Categories: Science and Technology
Type of Opportunity: Discretionary
Funding Opportunity Number: BAA-RV-10-01-001
Type of Funding: Cooperative Agreement Grant Other Procurement Contract
CFDA Numbers: 12.800
CFDA Descriptions: Air Force Defense Research Sciences Program
Current Application Deadline: May 25, 2010
Original Application Deadline: May 26, 2010
Posted Date: Apr 17, 2010
Creation Date: May 06, 2010
Archive Date: Jun 16, 2010
Total Program Funding: $70,000
Maximum Federal Grant Award: $70,000
Minimum Federal Grant Award: $0
Expected Number of Awards: 1
Cost Sharing or Matching: No
Applicants Eligible for this Grant
Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled "Additional Information on Eligibility"
Grant Announcement Contact
Ellen Foster Ms. Phone 505-846-0938

office [[email protected]]
Similar Government Grants
Mathematical Foundations of Digital Twins
Air Force Fiscal Year 2025 Young Investigator Program (YIP)
Afrl Fy24 Data Assimilation Center Of Excellence
Fiscal Year (FY) 2025 Department of Defense Multidisciplinary Research Program of the Univ...
Networking The Fight Baa Industry Day Announcement
Fiscal Year 2006 Test and Evaluation (T&E) Research Program
Research and Analytical Support for the Human Effectiveness Directorate
Production Technology Partnership
GEOSPATIAL INTELLIGENCE PROCESSING AND EXPLOITATION (GeoPEX)
Lab-to-Orbit: Accelerating the Development and Testing of Materials for Low Earth Orbit
Pioneering Aerospace Capabilities, Engineering and Research (PACER)
Defense Production Act Title III Expansion of Domestic Production Capability and Capacity;...

FederalGrants.com is not endorsed by, or affiliated with, any government agency. Copyright ©2007-2024 FederalGrants.com