News

Countering Weapons of Mass Destruction Other Transaction Agreement

Type of document: Contract Notice
Country: United States

Countering Weapons of Mass Destruction Other Transaction Agreement

Agency:
Department of the Army

Official Address:
BUILDING 10 PHIPPS RD PICATINNY ARSENAL NJ 07806-5000

Zip Code:
07806-5000

Contact:
Kristen Kachur, Phone 9737243217, Email kristen.e.kachur.civ@mail.mil

Link:

Date Posted:
04/08/2017

Classification:
A

Contract Description:

AMENDMENT 01 – The purpose of this amendment is to clarify that the Government is looking for responses from existing consortia or representatives of a new or forming consortium.  The Government intends on establishing a Section 815 Prototype Other Transaction Agreement with one consortium as detailed below.

The Army Contracting Command – New Jersey (ACC-NJ), on behalf of the Office of the Assistant Secretary of the Army for Acquisition, Logistics, and Technology (ASA(ALT)) and the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) is releasing this notice to inform interested parties about the Government’s intent in establishing an Other Transaction Agreement for Prototype Projects under 10 U.S.C. 2371b (OTA) with a new or established consortium to develop and mature technologies in the critical field of Countering Weapons of Mass Destruction (CWMD).

The Government, in conjunction with the consortium, shall perform coordinated research and development projects designed to enhance mission effectiveness and to develop and mature technologies in the field of countering weapons of mass destruction. Possible requirements would encompass activities that span all phases of acquisition as described in the DODI 5000.02, from the development and execution of the Materiel Development Decision (MDD) through the Materiel Solution Analysis (MSA) Phase, Technical Maturation/Risk Reduction (TMRR) Phase, Engineering and Manufacturing Phase (EMD) and the Production and Deployment Phase (including both Low Rate Initial Production (LRIP) and Full Rate Production (FRP)). The desired consortium for this OTA should have the full breadth, depth, ability, and expertise to support high-level technologies as they relate to Countering Weapons of Mass Destruction in the following six (6) domains (non-inclusive):

Counter-Proliferation Technologies and Capabilities: To enable Special Forces, as well as theater special operating forces, and CBRN units to operate in complex environments to support countering proliferation of weapons of mass destruction/CBRN. This can include capabilities for situational awareness and information systems, advanced sensors and platforms, unmanned systems and robotics, sensitive site exploitation and forensics, and chemical and biological intelligence, surveillance and reconnaissance capabilities. Possible requirements include:
• Development/enhancement of a hand-held, rapid biological detection and identification capability for special operating forces in support of sensitive site exploitation (SSE) missions and for identification during offensive and direct action missions.
• Development/enhancement of a safe, robust, sample collection capability for use by special operating forces, technical support working groups and crisis response forces operating in support of SSE missions.

Defensive Operations: To rapidly develop, demonstrate, implement and transition technologies to defend DoD personnel, facilities, and materiel. This includes technologies to gain and maintain situational awareness and understand of the actions of adversaries. Related areas of interest include technologies for detection, analytics, vulnerability assessments, and operational readiness. Possible requirements include:
• Development/enhancement of a sensor system that can non-intrusively detect and identify chemical warfare agents and other threat materials.
• Development/enhancement of procedures and methods to work more closely with civil support teams and all components of the armed forces to equip them with capabilities to protect against CWMD threats.

Hazard Mitigation: To rapidly develop, demonstrate, implement and transition technologies to improve concepts and designs that address the ability to safeguard or decontaminate personnel, facilities, and materiel. Related areas of interest include non-intrusive diagnostics, transport/removal, and ability to destroy or neutralize CWMD threats. Possible requirements include:
• Development/enhancement of medical countermeasures to vaccinate and protect the Warfighter from potential exposures to CWMD threats.
• Development/enhancement of a system or system of systems that can be used to neutralize and dispose of bulk CWMD threats.

Threat Protection: To rapidly develop, demonstrate, implement and transition new materials and technologies to meet individual and collective protection requirements. Related areas of interest include ocular, respiratory, percutaneous, and materiel protection. Possible requirements include:
• Development/enhancement of a capability for protecting the interior of critical airlift assets from cross-contamination by chemical and biological contaminated personnel and equipment under transport.
• Development/enhancement of a safe, suitable and effective self-contained breathing apparatus that supports special operating forces specific requirements for the execution of CWMD missions.

Experimentation and Innovation: To rapidly develop, demonstrate, implement and transition improved concepts and technologies that support advanced technology and/or enhanced capability demonstrations including new ideas for improved testing. Possible requirements include:
• Development/enhancement of an integrated set of detection, identification, situational awareness, and decision support capabilities that have the ability to support a Commander’s decision making process in real-time.
• Development/enhancement of a capability that allows the utilization of global defense laboratories to compress the time between the discovery, detection, or encounter of a CWMD threat to a decision for combating and addressing the threat.

Emerging Technologies: To rapidly develop, demonstrate, implement and transition proposed technologies, systems, processes, concepts, or designs that exhibit new or innovative approaches to advance engineering development. Areas of interest include autonomy, analytics, decision-support capabilities, biotechnology, early warning, and material science.

The Government is providing the list above to show some types of prototyping projects that may be executed under this agreement. This list is provided for information purposes only and should be used only as a gauge of potential requirements. The contemplated scope of the agreement will encompass all six domains as shown above and memorialized in the final award documents.

It is the Government’s intent to enter into an OTA with only one (1) consortium that can best meet the Government’s defined scope provided below. By definition, the consortium is an organized group of entities that agree to participate under a common rule set. The consortium should be open to new membership and display a broad array of expertise and experience connected to the domains identified herein. Prospective members must agree to the terms of the consortium and the negotiated OTA in order to be active participants in the program. A consortium comprised of educational, nonprofit, and commercial organizations with broad and open membership is required to provide the Government a partner able to collaborate across barriers that include military/civilian, public/private, local/regional/national, and political/jurisdictional concerns.

A subsequent combined Synopsis/Solicitation will be made to provide any responsible/interested source the opportunity to submit a proposal. Interested parties could expect the Government will request proposals that include qualifications and capabilities, consortium name, personnel, facilities, membership network and past experience to meet the specific needs stated above. Specifically, responses may contain the consortium’s experience and capability information, to include a list of existing membership, success criteria, metrics, management framework, Consortium Member Agreement (or equivalent), propose
d processes for project selection and other information which the respondent considers of assistance in developing successful Government/academia/industrial partnerships.

The Government will perform an integrated assessment of each proposal received to make a final determination of which consortium best meets its needs, placing primary emphasis on evaluation criteria that will be included in the Synopsis/Solicitation. The consortium shall comply with the statutory requirements of an OTA in accordance with Section 815 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017, Public Law (P.L. 114-92, as amended Title 10 U.S.C. 2371(b), Authority of the Department of Defense to carry out prototype projects. Specific Terms and Conditions of the resulting OTA will be negotiated and finalized with the selected consortium prior to award.

Section 815, Amendments to Other Transaction Authority, of the National Defense Authorization Act (NDAA) for Fiscal Year 2016, inserts new Section 2371b, Authority to carry out prototype projects. Section 2371b authorizes the Secretary of a military department to carry out certain prototype projects that are directly relevant to enhancing the mission effectiveness of military personnel and supporting platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense (DoD), or to improvement of platforms, systems, components, or materials in use by the Armed Forces. When a Government agency enters into an OTA for a prototype project under this authority, the Government must ensure that a nontraditional defense contractor(s) participate(s) to a significant extent in the prototype project; all participants are small business or nontraditional defense contractor(s); or at least one-third of the total cost of the prototype project is paid out of funds provided by parties to the transaction other than the Federal Government.

This notice is for information and planning purposes only. It shall not be construed as an invitation for bid, request for proposal, or a commitment by the U.S. Government. The Government does not intend to award an OTA on the basis of this announcement alone. A combined Synopsis/Solicitation is forthcoming with additional information and a formal request for proposals.

The Government requests any representative of an interested consortium submit a response to this notice as a single (.doc or .pdf) file within ten (10) calendar days of this notice. Submission should be made electronically to Kristen Kachur, Contracting Officer, kristen.e.kachur.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. No sensitive or classified information will be discussed. Foreign-owned, controlled, or influenced firms are advised that security restrictions may apply that may preclude their participation in these efforts. 

Contracting Office:
U.S. Army Contracting Command – New Jersey
Building 9, Phipps Road
Picatinny Arsenal, NJ 07860

Point of Contact:
Kristen Kachur
Agreements Officer
kristen.e.kachur.civ@mail.mil
973-724-3217

Response Date:
081017

Sol Number:
W15QKN-17-X-0AOT

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy