Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 13

Leonard Wood Institute Solicitation for Proposals for Basic Research

Point of Contact: Dorsey Newcomb, Technical Program Officer


E-mail: dorsey.newcomb@leonardwoodinstitute.org
Telephone: (573) 329-8502

Section 1: Funding Opportunity Description

Leonard Wood Institute (LWI) is an independent, non-profit, tax-exempt research organization


based at Fort Leonard Wood, Missouri. LWI is committed to increasing the capabilities of
businesses, universities, and non-profit organizations to execute basic research projects for the
benefit of the U.S. Army and the U.S. Department of Defense (DoD). The desired end state is a
more capable military force and a stronger technology base in Missouri for meeting future
military requirements.
LWI has a Cooperative Agreement (Number W911NF-07-2-0034) with the Army Research
Laboratory (ARL) that allows LWI to initiate, fund and manage research projects during federal
Fiscal Year 2017. LWI will make approximately $9,000,000 available, in the form of cost-
reimbursable subawards, to fund basic research projects under all solicitations during Fiscal Year
2017. If multiple solicitations are required to accomplish its funding objectives, LWI reserves the
right to allocate funds among solicitations as it sees fit.
To further its mission of enabling technology-based solutions for the Army, LWI seeks
submissions that propose innovative basic research projects addressing research objectives in
Section 2. LWI will award funds to execute projects for these objectives to the extent that funds
are available and subject to the evaluation criteria outlined in Section 5.
LWI is actively seeking submissions from the Historically Black College and
University/Minority Institution (HBCU/MI) community in full and open competition with all
Offerors. Submissions may relate to any research topic described in Section 2. In addition to
single-investigator research submissions, collaborative research submissions are also
encouraged. Collaborations may be between HBCU/MIs and other eligible organizations.
HBCUs are those institutions determined by the Secretary of Education to meet the requirements
of 34 CFR Section 608.2. MIs are those institutions meeting the criteria contained in 10 U.S.C.
Section 2323(a)(1)(C), which, for the purposes of this section, shall include Hispanic-serving
institutions as defined in section 316(b)(1) of 20 U.S.C. 1059c(b)(1). A list of the institutions that
meet these criteria is available at http://www.ed.gov/about/offices/list/ocr/edlite-minorityinst-
list.html.
All submissions in response to this solicitation must describe how LWI funds will be used in
basic research projects that determine or exploit the potential of scientific discoveries or
improvements in technology such as new materials, devices, methods, and processes that are of
interest to the U.S. Army or DoD. Submissions must also describe the commercial potential and
how the proposed basic research stimulates or supports a public purpose.
The source of funds for basic research projects selected through LWI’s solicitation is an
appropriation to the U.S. Army for Research, Development, Test and Evaluation (RDT&E) and
is included in Budget Category 6.1—Basic Research. For the purposes of this solicitation, basic
research is defined as:
Basic research is systematic study directed toward greater knowledge or understanding of the
fundamental aspects of phenomena and of observable facts without specific applications
towards processes or products in mind. It includes all scientific study and experimentation
directed toward increasing fundamental knowledge and understanding in those fields of the
physical, engineering, environmental, and life sciences related to long-term national security
needs. It is farsighted high payoff research that provides the basis for technological progress.
Basic research may lead to: (a) subsequent basic research and advanced technology
developments in Defense-related technologies, and (b) new and improved military functional
capabilities in areas such as communications, detection, tracking, surveillance, propulsion,
mobility, guidance and control, navigation, energy conversion, materials and structures, and
personnel support…

LWI will immediately accept proposals via email to the Technical Program Officer. LWI
anticipates this solicitation will remain open until all available funds have been awarded.
Offerors may submit multiple proposals, but each project will have a separate submission.
LWI may also issue additional solicitations, and it may extend deadlines or change the terms for
proposal submissions under this solicitation if LWI finds that Army technical needs are not
sufficiently addressed and if funding is available.

Section 2: Basic Research Objectives

LWI seeks a balanced portfolio of submissions proposing innovative ideas that address both
broad capabilities and more specific areas of investigation of interest to the Army. These Basic
Research Objectives address capabilities of interest to the Army Research Laboratory, as
addressed below.

1.0 Traumatic Brain Injury

1.1 Detection and Characterization: The evaluation of integrated behavioral, molecular,


and neuroimaging biomarkers for objective TBI identification is a primary focus for
the AENC.

1.2 Treatment and Management: The development of innovative interventions can


mitigate the comorbidities and long-term clinical sequelae associated with TBI. This
area involves a multidisciplinary approach aimed at using evidence-based medicine
to reduce the acute and chronic effects of TBI.

1.3 Prevention: The development of new wearable technologies aimed at mitigating


concussive forces and providing real-time monitoring, as well as novel prophylactics
for preventing the acute effects of TBI.

Page 1
1.4 Military Training Guidance: Reducing the burden of TBI in our armed forces and
providing guidance on its military training program.
1.5 Epidemiology and Biostatistics: Enhancing the capabilities of the US Army to track
concussive injuries to better identify Soldiers at risk for secondary injury and
providing statistical programming with an emphasis on integrating diverse
clinicopathological factors to create a personalized landscape for TBI.

2.0 Human Systems Integration Priorities

2.1 Scientific research directed toward defining human performance in perceptual,


cognitive, and psychomotor domains, including research that provides scientific
foundations for militarily relevant databases on human performance.

2.2 Research to embed human performance data and associations in modeling and
simulation tools that serve to guide optimal design of human-machine interfaces in
battlefield environments.

Different Time Scales: Modeling effects of different time-scales and other


factors operating in a multi-echelon battle-management environment on
cognitive and team performance.

Humans in Automation: Modeling effects of humans in automation, such as


effect of the automated system’s interruption of ongoing human-in-the-
loop tasks.

Neglect of Human Input: Modeling effects of neglect of human input on the


nature and extent of an automated or semi-automated system's response.

Interactions: Modeling effects of interactions among cognitive, perceptual, and


psychomotor performance on the control of unmanned aerial and ground
vehicles.

FORMATTING REQUIREMENTS
In order to be properly formatted, full proposals shall conform to the following:
1. The proposal will include two separate volumes – Technical Proposal and Cost Information –
each with a title page.
2. All content shall be prepared in an 8.5” x 11” single- or double-spaced and single-column
format, with 12 pt Times New Roman type throughout (except captions and figures), and
with margins not less than one inch. Headers and footers may be included in the margins, and
the Offeror’s name should appear in either the header or the footer.

Page 2
3. All content shall be suitable for single-sided printing on plain paper with pages numbered
sequentially; the proposal title page and Table of Contents do not require page numbers.

GENERAL PROVISIONS:
1. The invitation from LWI to submit a full proposal does not assure subsequent award. The
decision to submit or not submit a full proposal in response to an invitation from LWI is the
responsibility of the Offeror.
2. It is LWI’s policy to treat all submissions as competitive information and to disclose the
contents only for the purpose of evaluation. LWI may use selected contractors as special
resources or technical experts to evaluate proposals. These contractors are prohibited from
disclosing proposal information or using it for purposes other than the technical assessment
for LWI. By submitting a proposal to LWI, an Offeror agrees that the project’s technical and
management information may be disclosed to select contractors and technical experts for the
limited purposes stated above. Any information submitted to LWI that an Offeror intends to
exclude from such limited release must be clearly marked; limitations that interfere with
LWI’s ability to adequately review proposals may be rejected without consideration.
3. LWI expects the submission of unclassified proposals only. However, in an unusual
circumstance where the Offeror believes a proposal or any data that may generated as a result
of a project has the potential to be classified, the Offeror shall contact LWI’s Point of
Contact prior to the proposal’s submission.
4. LWI complies with the provisions of all federal export regulations. All successful Offerors of
proposals to LWI will be required to certify that they are cognizant of the export regulation
requirements and comply with the regulations before a subaward agreement can be executed.
5. Proposed work should be structured with a base period of performance of 12 months. LWI
will not consider multiyear projects. LWI will consider projects with optional phases. LWI
may choose to fund all, some, or none of the optional phases included in submissions in
response to this solicitation. LWI may choose to fund optional phases of projects after the
initial award of funding.
6. LWI is administering a Cooperative Agreement with the Army Research Laboratory (ARL).
As a result, LWI is bound to require the submission of the same identifying information that
was required of LWI by ARL. Pursuant to 31 U.S.C. 7701, as amended by the Debt
Collection Improvement Act of 1996 [section 31001(I)(1), Public Law 104-134], LWI is
required to obtain Offerors’ Taxpayer Identification Numbers (TIN). This number may be the
Employer Identification Number for a business or non-profit entity or the Social Security
Number for an individual. The TIN is being obtained for purposes of collecting and reporting
on any delinquent amounts that may arise out of an awardees’ relationship with the
government. Offerors shall provide their organization's Data Universal Numbering System
(DUNS) number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet
Information Services. Offerors shall provide their assigned Commercial and Government
Entity (CAGE) Code. The CAGE Code is a 5-character code assigned and maintained by the
Defense Logistics Service Center (DLSC) to identify a commercial plant or establishment.

Page 3
7. Each proposal volume shall contain sufficient information for reviewers to evaluate
according to the criteria in Section 5. Proposals that incorporate URLs or other external sites
and resources may be rejected without consideration.
8. Each proposal volume shall be submitted as a single file in Portable Document Format
(PDF), without password protection, and be compatible with a Microsoft operating system
running on an IBM compatible personal computer. Alternative file formats may be rejected
without consideration.
9. Contingent upon proposal merit and funding, successful Offerors will be expected to
negotiate and execute a cost reimbursable subaward agreement with LWI, and agreement
payments shall be contingent upon the receipt of federal funds. The execution,
administration, and performance of all subaward agreements pursuant to this solicitation are
subject to the requirements of the DoD Grant and Agreement Regulations (DODGARs)
(DoD 3210.6-R and 32 CFR Parts 21-37). A current version of the DODGARs may be
accessed at the following: http://www.dtic.mil/whs/directives/corres/html/321006r.htm. In
accordance with the DoDGARs, no fees or profits are allowed. Offerors are expected to
indicate any and all anticipated exceptions to the subaward agreement at the time of proposal.
LWI may require that successful Offerors deliver at least one technical presentation in
Missouri as part of the project. Successful Offerors will be required to participate in
government contracting and accounting training organized by LWI unless Offerors can
demonstrate that responsible staff persons have completed such training.
10. To be eligible for consideration, the Offeror must be a commercial enterprise, a non-profit
entity, a government entity, or an educational institution, or have the ability to transition into
a commercial enterprise.
11. All proposals shall be submitted electronically according to procedures outlined in this
document. Each project will have a separate submission.
12. Proposals submitted by any means other than the specified method will be disregarded.
Offerors responding to this solicitation are wholly responsible for timely and properly
formatted submissions.
13. . No selection for negotiation or subsequent funding through subawards will be made under
this announcement without full technical and cost proposals. Submission of a proposal does
not obligate LWI to provide funding.

Page 4
CONTENT REQUIREMENTS:
Volume 1: Technical Proposal
1. Volume Organization. The Technical Proposal Volume shall be organized as follows:
Title Page
Table of Contents
Statement of Work
Project Schedule and Milestones
Assertion of Data Rights
Deliverables
Management Approach
Qualifications of Investigators
References
Exceptions to Subaward Terms and Conditions
Appendices
2. Title Page. The first line of the title page of this volume should bear the title “Technical
Proposal Volume” and include the following information:
 Proposal Title – The title of the proposed project should be the same as was used in the
selected white paper submission.
 Name of Principal Investigator and Offeror’s Organization
 Additional information is at the Offeror’s discretion.
3. Table of Contents. The Table of Contents should include the beginning page number of
each section, with the Statement of Work beginning on page 1.
4. Statement of Work. Provide a Statement of Work (SOW) that clearly details the scope and
objectives of the effort and the technical approach. It is anticipated that the full proposal
(including the proposed SOW) will be incorporated as an attachment to the resultant award
instrument. Include a detailed listing of the technical tasks/subtasks organized by month.
The SOW shall contain:
a. A complete discussion of the scope and objectives of the proposed work, the approaches
to be considered, and the level of effort to be employed. Include the nature and extent of
the anticipated results.
b. A detailed listing of the technical tasks/subtasks organized by month.
c. The names of other federal, state, local agencies, or other parties receiving the proposal
and/or funding the proposed effort. If none, so state.

Page 5
d. A statement regarding possible impact, if any, of the proposed effort on the environment
considering as a minimum its effect upon water, atmosphere, natural resources, human
resources, and any other values.
e. The Offeror shall provide a statement regarding the use of Class I and Class II ozone-
depleting substances. Ozone-depleting substances mean any substance designated as
Class I by EPA, including but not limited chlorofluorocarbons, halons, carbon
tetrachloride, and methyl chloroform and any substance designated as Class II by EPA,
including but not limited to hydrochlorofluorocarbons. See 40 C.F.R. Part 82 for detailed
information. If Class I or II substances are to be utilized, a list shall be provided as part of
the Offeror's proposal. If none, so state.
NOTE: Brevity will assist reviewers and Institute staff in dealing effectively with proposals.
Therefore, the Statement of Work may not exceed 15 pages. Visual materials, including
charts, graphs, maps, photographs and other pictorial presentations are included in the 15-
page limitation. PIs are cautioned that the project description must be self-contained and that
URLs that provide information related to the proposal should not be used because 1) the
information could circumvent page limitations, 2) the reviewers are under no obligation to
view the sites, and 3) the sites could be altered or abolished between the time of submission
and the time of review. Conformance to the 15-page limitation will be strictly enforced, and
inclusion of URLs or other external sites and resources may cause the proposal to be rejected
without consideration.
5. Project Schedule and Milestones. Provide a summary of the schedule of tasks/subtasks,
other events, and milestones.
6. Assertion of Data Rights. Include a summary of any proprietary rights to pre-existing
results, prototypes, or systems supporting and/or necessary for the use of the research,
results, and/or prototype. Any data rights asserted in other parts of the proposal that would
affect the rights in this section must be cross-referenced. If there are proprietary rights, the
Offeror must explain how these affect its ability to deliver research data, subsystems, and
toolkits for integration. Additionally, Offerors must explain how the program goals are
achievable in light of these proprietary limitations. If there are no claims of proprietary rights
in pre-existing data, this section shall consist of a statement to that effect.
7. Deliverables. Provide a detailed description of the results and products to be delivered.
8. Management Approach. Provide a discussion of the overall approach to the management of
this effort, including brief discussions of the total organization, use of personnel;
project/function/subcontractor relationships; government research interfaces; and planning,
scheduling and control practice. Identify which personnel and subcontractors (if any) will be
involved. Include a description of the facilities that are required for the proposed effort with a
description of any Government Furnished Equipment/Hardware/Software/ Information
required, by version and/or configuration.
9. Qualifications of Investigators. A biographical sketch (limited to two pages) is required
for each principal investigator or co-investigator. The following information must be
provided in the order and format specified below:

Page 6
(a) Professional Preparation. A list of the individual’s undergraduate and graduate
education and postdoctoral training as indicated below:
Undergraduate Institution(s) Major Degree & Year
Graduate Institution(s) Major Degree & Year
Postdoctoral Institution(s) Area Inclusive Dates (years)
(b) Appointments. A list, in reverse chronological order, of all the individual’s
academic/professional appointments beginning with the current appointment.
(c) Publications. A list of: (i) up to three publications most closely related to the
proposed project; and (ii) up to three other significant publications, whether or not
related to the proposed project. Each publication identified must include the names of
all authors (in the same sequence in which they appear in the publication), the article
and journal title, book title, volume number, page numbers, and year of publication. If
the document is available electronically, the Website address may also be identified;
this is an allowable exception to the exclusion of URLs or other external sites and
resources. For unpublished manuscripts, list only those submitted or accepted for
publication (along with most likely date of publication). Patents, copyrights, and
software systems developed may be substituted for publications. Additional lists of
publications, invited lectures, etc., should not be included. Only the list of six will be
used in the review of the proposal.
10. References. If outside publications are relied upon in the proposal, reference information is
required. Each reference must include the names of all authors (in the same sequence in
which they appear in the publication), the article and journal title, book title, volume number,
page numbers, and year of publication. If the document is available electronically, the
Website address may also be identified; this is an allowable exception to the exclusion of
URLs or other external sites and resources. Proposers must be especially careful to follow
accepted scholarly practices in providing citations for source materials relied upon when
preparing any section of the proposal. While there is no established page limitation for the
references, this section must include bibliographic citations only and must not be used to
provide parenthetical information outside of the 15-page Statement of Work.
11. Exceptions to Subaward Terms and Conditions. Offerors are expected to indicate any and
all anticipated exceptions to the subaward agreement at the time of proposal. In none, so
state.
12. Appendices. Appendices are not required.

Volume 2: Cost Information


1. Volume Organization. The Cost Information Proposal Volume shall be organized as
follows:
Title Page
Table of Contents
Proposed Project Budget

Page 7
Explanation(s) of Cost Categories
Facilities, Equipment, and Other Resources
Appendices
The Cost Proposal shall provide a detailed cost breakdown of all costs by cost category by
calendar or Government fiscal year. Options must be separately priced.
2. Title Page. The first line of the title page of this volume should bear the title “Cost Proposal
Volume” and include the following information:
 Proposal Title – The title of the proposed project should be the same as was used in
the selected white paper submission.
 Name of Principal Investigator and Offeror’s Organization
 Additional information is at the Offeror’s discretion.
3. Table of Contents. The Table of Contents should include the beginning page number of
each section, with the Proposed Project Budget beginning on page 1.
4. Proposed Project Budget. The proposed project budget shall show the anticipated project
budget, itemized according to the cost categories in the next section. Options must be
separately priced.
5. Cost Categories: All cost data must be current and complete. Costs proposed must conform
to the following principles and procedures:
 Educational Institutions: OMB Circular A-21
 Nonprofit Organizations: OMB Circular A-122*
 Commercial Organizations: FAR Part 31, DFARS Part 231, FAR Subsection
15.403-5, and DFARS Subsection 215.403-5.
 All Offerors (when applicable): DOD Grant and Agreement Regulations
(DODGARs), DOD 3210.6-R
*For those nonprofit organizations specifically exempt from the provisions of OMB
Circular A-122, FAR Part 31 and DFARS Part 231 shall apply.
The itemized costs must include the following:
a. Direct Labor: Show the current and projected salary amounts in terms of man-hours,
man-months, or annual salary to be charged by the principal investigator(s), faculty,
research associates, postdoctoral associates, graduate and undergraduate students,
secretarial, clerical, and other technical personnel either by personnel or position. If
Offeror’s costs are accumulated by man-months, state the number of man-hours used to
calculate a man-month or man-year.
(1) Secretarial and clerical support are expected to be included it he Offeror’s indirect
costs. Justification must be provided for all secretarial and clerical support costs
included as Direct Labor.

Page 8
(2) For proposals from universities, research during the academic term is deemed part
of regular academic duties, not an extra function for which additional
compensation or compensation at a higher rate is warranted. Consequently,
academic term salaries shall not be augmented either in rate or in total amount for
research performed during the academic term. Rates of compensation for research
conducted during non-academic (summer) terms shall not exceed the rate for the
academic terms. For each person or position, provide the following information:
(a) The portion of time to be devoted to the proposed research, divided between
academic and non-academic (summer) terms, when applicable.
(b) The total annual salary charged to the research project.
(c) Any details that may affect the salary during the project, such as plans for
leave and/or remuneration while on leave.
b. Fringe Benefits: The most recent rates, dates of negotiation, the base(s) and periods to
which the rates apply must be disclosed and a statement included identifying whether the
proposed rates are provisional or fixed. If the rates have been negotiated by a
Government agency, state when and by which agency. A copy of the negotiation
memorandum should be provided. If negotiated forecast rates do not exist, Offerors must
provide sufficient detail to enable a determination to be made that the costs included in
the forecast rate are allocable according to applicable OMB Circulars or FAR/DFARS
provisions. Offerors' disclosure should be sufficient to permit a full understanding of the
content of the rate(s) and how it was (they were) established.
c. Permanent Equipment: If facilities or equipment is required, a justification why this
property should be furnished by LWI must be submitted. State the organization's inability
or unwillingness to furnish the facilities or equipment. Offerors must provide an itemized
list of permanent equipment showing the cost for each item. Permanent equipment is any
article or tangible nonexpendable property having a useful life of more than one year and
an acquisition cost of $5,000 or more per unit. The basis for the cost of each item of
permanent equipment included in the budget must be disclosed, such as:
(1) Vendor Quote: Show name of vendor, number of quotes received, and justification, if
intended award is to other than lowest bidder.
(2) Historical Cost: Identify vendor, date of purchase, and whether or not cost represents
lowest bid. Include reason(s) for not soliciting current quotes.
(3) Engineering Estimate: Include rationale for quote and reason for not soliciting
current quotes. If applicable, the following additional information shall be disclosed
in the Offeror's cost proposal:
(4) Special test equipment to be fabricated by the awardees for specific research purposes
and its cost.
(5) Standard equipment to be acquired and modified to meet specific requirements,
including acquisition and modification costs, listed separately.

Page 9
(6) Existing equipment to be modified to meet specific research requirements, including
modification costs. Do not include equipment the organization will purchase with its
funds if the equipment will be capitalized for Federal income tax purposes. Proposed
permanent equipment purchases during the final year of an award shall be limited and
fully justified.
(7) Pursuant to LWI’s cooperative agreement with ARL, LWI may convey title to an
institution for equipment purchased with project funds. At the discretion of LWI, the
subaward may provide for retention of the title by LWI or may impose conditions
governing the equipment conveyed to the organization. It is not anticipated that LWI
will convey title to commercial contractors.
(8) It is the policy of ARL and LWI that all commercial and nonprofit contractors
provide the equipment needed to support proposed research. In those rare cases where
specific additional equipment is approved for commercial and nonprofit
organizations, such approved cost elements shall be “non-fee-bearing.” In addition,
commercial contractors are precluded from using contract funds to acquire facilities
with a unit acquisition cost of $10,000 or less (see FAR 45.302-.1).
d. Materials, Supplies, and Consumables: A general description and total estimated cost of
expendable equipment and supplies are required. The basis for developing the cost
estimate (vendor quotes, invoice prices, engineering estimate, purchase order history,
etc.) must be included. If possible, provide a material list.
e. Publication, Documentation, and Dissemination: The budget may request funds for the
costs of preparing, publishing, or otherwise making available to others the findings and
products of the work conducted under an agreement, including costs of reports, reprints,
page charges, or other journal costs (except costs for prior or early publication);
necessary illustrations, cleanup, documentation, storage, and indexing of data and
databases; and development, documentation, and debugging of software.
f. Consultant Costs: Offerors normally are expected to utilize the services of their own staff
to the maximum extent possible in managing and performing the project's effort. If the
need for consultant services is anticipated, the nature of proposed consultant services
should be justified and included in the technical proposal narrative. The cost proposal
should include the names of consultant(s), primary organizational affiliation, each
individual's expertise, daily compensation rate, number of days of expected service, and
estimated travel and per diem costs.
g. Computer Services: The cost of computer services, including computer-based retrieval of
scientific, technical, and educational information, may be requested. A
justification/explanation based on the established computer service rates at the proposing
organization should be included. The budget also may request costs, which must be
shown to be reasonable, for leasing automatic data processing equipment. The purchase
of computers or associated hardware and software should be requested as items of
equipment.
h. Travel: Forecasts of travel expenditures (domestic and foreign) that identify the
destination and the various cost elements (airfare, mileage, per diem rates, etc.) must be

Page 10
submitted. The costs should be in sufficient detail to determine the reasonableness of
such costs. Allowance for air travel normally will not exceed the cost of round-trip,
economy air accommodations. Specify the type of travel and its relationship to the
research project. Requests for domestic travel must not exceed $3,000 per year per
principal investigator. Separate, prior approval by LWI is required for all foreign travel
(i.e., travel outside the continental U.S., its possessions and Canada). Foreign travel
requests must not exceed $1,800 each per year per principal investigator. Special
justification will be required for travel requests in excess of the amounts stated above and
for travel by individuals other than the principal investigator(s). Individuals other than the
principal investigator(s) are considered postdoctoral associates, research associates,
graduate and undergraduate students, secretarial, clerical, and other technical personnel.
Additional travel may be requested for travel to military laboratories and facilities to
enhance agreement objectives and to achieve technology transfer.
h. Other Direct Costs: Itemize and provide the basis for proposed costs for other anticipated
direct costs such as communications, transportation, insurance, rental of equipment other
than computer related items, and graduate student tuition and support. Unusual or
expensive items shall be fully explained and justified.
i. Participant Support Costs: This budget category refers to costs of transportation, per
diem, stipends, and other related costs for participants or trainees (but not employees) in
connection with Army-sponsored conferences, meetings, symposia, training activities,
and workshops. Generally, indirect costs are not allowed on participant support costs.
The number of participants to be supported should be included. These costs should also
be justified in the budget justification page(s) attached to the cost proposal.
j. Subawards (subcontracts or subgrants): A precise description of services or materials
that are to be awarded by a subaward must be provided. For subawards totaling $10,000
or more, provide the following specific information:
(1) A clear description of the work to be performed.
(2) The identification of the proposed subawardee and an explanation of why and how
the subawardee was selected or will be selected.
(3) The identification of the type of award to be used (cost reimbursement, fixed price,
etc.).
(4) Whether or not the award will be competitive and, if noncompetitive, rationale to
justify the absence of competition.
(5) A letter of commitment from the subawardee that confirms the anticipated subaward
amount and intent to participate in the project if the Offeror is selected for award.
(6) Subcontracting Plan: If the total amount of the proposal exceeds $500,000 and the
Offeror is a large business or an institute of higher education (other than HBCU/MI)
and the resultant award is a contract, the Offeror shall be prepared to submit a
subcontracting plan for small business and small disadvantaged business concerns. A
mutually agreeable plan will be included in and made a part of the contract.

Page 11
k. Indirect Costs (Overhead, General and Administrative, and Other): The most recent
rates, dates of negotiation, the base(s) and periods to which the rates apply must be
disclosed and a statement included identifying whether the proposed rates are provisional
or fixed. If the rates have been negotiated by a Government agency, state when and by
which agency. A copy of the negotiation memorandum should be provided. If negotiated
forecast rates do not exist, Offerors must provide sufficient detail to enable a
determination to be made that the costs included in the forecast rate are allocable
according to applicable OMB Circulars or FAR/DFARS provisions. Offerors' disclosure
should be sufficient to permit a full understanding of the content of the rate(s) and how it
was (they were) established.
6. Facilities, Equipment and Other Resources. The Offeror should include in the proposal a
listing of facilities, equipment, and other resources already available to perform the research
proposed.
7. Appendices. Some situations require that special information and supporting documents be
included in the proposal before funding can be approved. Such information and
documentation should be included by appendix to the proposal.

Page 12

You might also like