MODIFICATION
A -- Broad Agency Announcement for Heavy Penetrator Navigation, Guidance, and Control (NG&C) Technologies
- Notice Date
- 8/9/2004
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- YEC-BAA-04-0001
- Response Due
- 9/10/2004
- Archive Date
- 9/25/2004
- Point of Contact
- Stacey Darhower, Contracting Officer, Phone (850)882-3525 x 3188, Fax (850)882-9473, - Christi O'Leary, Contract Specialist, Phone (850)883-3215, Fax (850)882-6984,
- E-Mail Address
-
stacey.darhower@eglin.af.mil, christi.oleary@eglin.af.mil
- Description
- Summary of revisions: 1. AAC/YEC is revised to AAC/XRS 2. AAC/XRS anticipates award of two firm fixed-price Indefinite Delivery/Indefinite Quantity contracts with a maximum value of $2M each, with an anticipated 30-month period of performance. 3. Volume 1 pages reduced to 15 pages. 4. Proposal due date will be determined by the Government after receipt of White Papers. 5. Evaluation Criteria revised. 6. This BAA will remain open until 31 Oct 2004. 7. No further new or revised submissions are requested by the Government as a result of this amendment. White Paper due date remains unchanged. U.S. AIR FORCE AIR ARMAMENT CENTER CONCEPT AND TECHNOLOGY DEVELOPMENT DIVISION BROAD AGENCY ANNOUNCEMENT 2004 ARMAMENT TECHNOLOGY RESEARCH Published in the Federal Business Opportunities on 24 May 04, YEC-BAA-04-0001. Air Armament Center Concept and Technology Development Division, AAC/XRS, 207 West ?D? Ave, Suite 301, Bldg 349, Eglin AFB FL 32542 Direct inquiries to the Technical Focal Point: Mr. Ron Rapp, (850) 883-3240, e-mail: aacyec@eglin.af.mil Contracting Officer: Ms. Stacey Darhower, (850) 883-3214, e-mail: aacyec@eglin.af.mil TABLE OF CONTENTS: Abstract Part I Research Interest A. Introduction B. Mission C. Prospective Research Area Part II Proposal Preparation Instructions Part III Proposal Evaluation Methodology ABSTRACT: The Concept and Technology Development Division of the Air Armament Center (AAC/XRS), Eglin AFB FL is interested in receiving research proposals for heavy penetrator navigation, guidance, and control (NG&C) technologies. Proposals should describe scientific study and experimentation required to increase knowledge and understanding in the area of high reliability, tightly controlled impact, heavy penetrator NG&C technologies in GPS disrupted or denied environments. This Broad Agency Announcement consists of three parts (ATTACHMENT 1): PART I?Research Interest Specifics PART II?Proposal Preparation Instructions PART III?Proposal Evaluation The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Companies responding to this announcement are cautioned that only a Contracting Officer may obligate the Government to any agreement involving expenditure of Government funds. This Broad Agency Announcement (BAA) constitutes a solicitation for proposals under the provisions of PL 98-369, the Competition in Contracting Act of 1984. The BAA describes research requirements and methods for preparing and submitting proposals. ATTACHMENT 1 YEC-BAA-04-0001 PART I RESEARCH INTEREST SPECIFICS A. INTRODUCTION This is the Broad Agency Announcement (BAA) of the Concept and Technology Development Division, Enterprise Management Program Office, of the Air Armament Center (AAC/XRS), Eglin AFB FL, under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation, which provides for the competitive selection of research proposals. Proposals submitted in response to the BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. For purposes of this announcement, research is defined to be scientific study and experimentation directed at increasing knowledge and understanding in relation to long term national security needs. It is an enhancement to related exploratory and advanced development programs. AAC/XRS contracts with educational institutions, non-profit organizations, and private industry for research in armament technology. This BAA is intended to cover the research area of interest only to this Division as an unrestricted solicitation. Persons contemplating submission of a proposal to AAC/XRS should not only carefully examine this BAA, but are also strongly encouraged to contact the appropriate AAC/XRS Point of Contact (POC) identified in this publication to ascertain the extent of interest which AAC/XRS may have in a specific research project. AAC/XRS anticipates award of two firm fixed-price IDIQ contracts with a maximum value of $2M each, with an anticipated 30-month period of performance. Proposal due date will be determined by the Government after receipt of the White Papers. However, prior to submitting a formal proposal, offerors are required to submit a two to three page white paper on their proposed research topic no later than 15 Jul 2004. The white paper should also address data rights associated with the research, current security clearances of key personnel and facilities, and the proposed total contract price with a summary by major cost element, i.e., labor, materials, travel, overhead, G&A and profit. A detailed breakdown is not needed nor requested. Submit white papers to the following address: Air Armament Center, Concept and Technology Development Division, AAC/XRS, Attn: Mr. Ron Rapp, 207 West D Ave, Suite 301, Bldg 349, Eglin AFB FL 32542, or email to aacyec@eglin.af.mil . The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest under this BAA. Those offerors submitting white papers found to be consistent with the intent of this BAA will be invited to submit a formal proposal. The formal proposal shall be IAW Part II. Such invitation, however, does not assure that a contract will be awarded. Proposals submitted may be evaluated as they are received for immediate negotiation or held for consolidated evaluation. Note there is no inherent funding associated with this BAA. This BAA will remain open until 31 Oct 2004. It may be superceded prior to that date and may be amended at any time. No further new or revised submissions are requested by the Government as a result of this amendment. White Paper due date remains unchanged. B. MISSION The Concept and Technology Development Division, Enterprise Management Program Office, Air Armament Center (AAC/XRS) is the primary Air Force organization concerned with future air-to-air and air-to-ground munitions technology development. AAC/XRS works hand-in-hand with the Air Force Program Executive Officer for Weapons to formulate the Air Armament Roadmap. AAC/XRS conducts Advanced Concept Technology Demonstrations, plans for and executes research, development, and test of future munitions, conducts pre-Milestone B risk reduction activities, and facilitates transition of munitions technology to System Program Offices. C. PROSPECTIVE RESEARCH AREA The following narrative provides an abbreviated description of the prospective research area mentioned briefly in the ABSTRACT. The description is not meant to be exhaustive, but rather to challenge the reader to create and submit innovative proposals that have the potential to dramatically shift existing air delivered penetrating munition paradigms. The description furnishes specific examples of areas of interest. However, any submitted white paper or proposal must be grounded in achievable technology goals. HEAVY PENETRATOR NAVIGATION, GUIDANCE, & CONTROL TECHNOLOGY RISK REDUCTION The Department of Defense (DoD) is conducting research in the area of air delivered heavy penetrator weapons in an effort to address shortfalls in capabilities to reach very hard and deeply buried targets, including navigation, guidance and control (NG&C) in GPS disrupted or denied environments, and weapon system integration. In order to address the DoD requirement for high reliability, tightly controlled impact, heavy penetrator precision NG&C, AAC/XRS is taking steps to initiate risk reduction study contracts. Research proposals aimed at investigating weapon development or modification of existing weapons in the 5000-7000 pound weight class for hard target penetration and precision guidance are of particular interest as a means of reducing overall program risk. Study contract program objectives are as follows: 1. Define heavy penetrator NG&C conceptual system architecture to include potential guidance scheme, hardware components, surety, packaging and configuration, weight, size, expected performance and operating characteristics. 2. Define the trade space associated with designing, producing, and fielding a highly reliable, precision guided heavy penetrator weapon system. 3. Identify and define the critical risk areas associated with system development and aircraft integration. 4. Develop a schedule and a rough estimate of cost for system development and integration and average unit procurement price. PART II PROPOSAL PREPARATION INSTRUCTIONS General: Instructions below exclude discussion of the White Paper requirement listed above, as it does not constitute a formal offer to do business. A formal offer to do business will be solicited by a warranted United States Air Force Contracting Officer upon selection of a white paper topic of interest, or solicited as a part of an amendment to this BAA that identifies a specific technology development requirement. A. (1) Each proposal submitted should consist of two volumes. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. Volume 1 is limited to a total of 15 pages, including resumes, charts, figures, tables, etc. Pages in excess of the specified 15 pages will be removed and returned to the offeror before evaluation starts. A page is defined to be one side of an 8.5 x 11-inch piece of paper with information on it. Minimum print size is 10-point type, or 12 pitch. Every proposal shall have at least one copy submitted on disk or via email, with a hard copy of the signature page sent via regular mail. Proposals submitted electronically are to be submitted in Microsoft Word 2000 format. Note: The preferred format for all proposals is via electronic means. Any classified data shall be submitted in a separate annex. The Government intends to evaluate proposals through electronic means. To do business with the Air Armament Center, Concept and Technology Development Division (AAC/XRS), you must have software packages that are compatible with Microsoft Office 2000. (2) Pursuant to the requirements of FAR 19.702 and 52.219-9, if the total amount of the proposal exceeds $500,000 and there are subcontracting possibilities, offerors are to prepare and submit a subcontracting plan for Small Business (SB), Small Disadvantaged Business (SDB), and Women-Owned Small Business (WOSB) concerns or Historical Black Colleges and Universities and Minority Institutions (HBCUs/MIs) as part of their proposal submission. (Small business offerors do not have to submit the plan.) Offerors are cautioned that the Government will not execute a contract unless the Contracting Officer determines that the plan provides the maximum practicable opportunity for SBs, SDB, and WOSB concerns or HBCUs/MIs to participate in the performance of the contract. Subcontracting plans which provide for less than the aforementioned goal must be accompanied by sufficient evidence that all reasonable attempts to meet the 5% goal have been made. Acceptable plans will be included in resultant contracts. (3) If information contained in the proposal is in the public domain or cannot be protected under law as a trade secret (e.g., a patent application), the Air Force will not accept liability for failure to safeguard against open disclosure. If a responder wishes to restrict the proposal, the responder should mark the title page with the following legend: ?This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed in whole or in part for any purpose other than to evaluate the proposal, provided that if a contract is awarded to this BAA responder as a result of or in connection with the submission of this data, the Government shall have the right to duplicate, use or disclose the data to the extent provided in the contract. This restriction does not limit the Government?s right to use information contained in the data if it is obtained from another source without restriction. The pages to which the above restriction applies shall be marked with the following legend: ?Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.? The offeror whose proposal contains no limited rights data is required to so state in order that misunderstandings may be avoided. (4) Offerors are required to supply the Contractor Identification Number (CIN) (FAR 4.602(d)), also known as the Data Universal Numbering System (DUNS) number using the provision prescribed at FAR 4.603(a) for each successful offeror. If the offeror does not have a CIN, it should contact either the cognizant administrative contracting officer or the local Dun and Bradstreet Branch Information Services office for assistance. Prospective offerors should not delay submission of their offers pending receipt of their codes. Offerors should indicate in their proposal submission that they are in the process of obtaining this information. (5) Offerors are required to register in the DoD Central Contractor Registration (CCR) database prior to award of any contract (DFAR 252.204-7004). Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil. Lack of registration in the CCR database will make an offeror ineligible for award. (6) As a minimum, all offerors will be required to submit monthly financial and technical status reports and a final technical report. Depending on the duration of the program, offerors may be required to prepare semiannual and/or annual interim reports. The Government negotiator will work out an appropriate Contract Data Requirements List (CDRL) with each successful offeror unless a CDRL is not appropriate. B. The technical portion of the proposal, Volume 1, should contain the following: 1. A title and abstract that includes a concise Statement of Work and basic approaches to be utilized. The Statement of Work should indicate the effort intended for each period of research. 2. A reasonably complete discussion stating the background and objectives of the proposed work, the approaches to be considered, and the resources to be employed. Include also the nature and extent of the anticipated risks and results, and if known, the manner in which the work will contribute to the accomplishment of the agency's mission. 3. The type of support, if any, the offeror requests of the AAC/XRS, e.g. facilities, equipment, and materials. 4. The names of federal, state, local agencies or other parties receiving the proposals and/or funding the proposed effort of a similar nature. If none, so state. 5. The identity of facilities, specialized equipment, or other real property to be used for the work, if appropriate for an understanding of the technical work to be conducted. 6. Identify all on-going Government contracts and related past contracts or assistance instruments. Provide a technical point of contact and telephone number for each contract cited. C. The cost portion of the proposal, Volume 2, should contain the following as applicable: 1. Summary by cost element and profit for each contract line and sub-line item and for the total proposal. 2. Summary of all travels by destination, purpose, number of people and days, air fare, per diem, car rental, etc. 3. Consultants by name, rate, and number of days or hours. Furnish copy of consulting agreement, and identify prior agreements under which the consultant received the proposed rate. 4. Other direct costs by type, amount, cost per unit and purpose. Specifically identify any costs for printing and publication and computers. 5. A monthly expenditure plan and a disbursement rate report are required and may be included in the financial report. The disbursement report must include the forecast of billings to the Government and the total cumulative amounts billed through the report month. 6. State whether you are a large business, small business, small disadvantaged business (SDB), woman-owned small business, HUBZONE small business, Veteran-owned business, nonprofit, educational, or historically black college or university. The appropriate NAICS code is 541710 with a 500 size standard. 7. Anything of extra value to the program, for example, the results of internally funded research applicable to this BAA?s research objectives. 8. Other terms and conditions, if any. D. Negotiation of your proposal will be accomplished through the review, discuss, concur (RDC) process via phone, video teleconferencing (VTC) or face-to-face discussions. To facilitate this process, draft proposals must be submitted in accordance with the government?s instructions at the time your proposal is requested. E. Unpriced options will not be considered for award. F. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. G. The general scope for a program resulting from this BAA is a limited research program, generally a feasibility study. The program should be designed to demonstrate well defined and substantive research results, should not be overly ambitious or open-ended, and should not be a paper study that inherently requires a substantial testing effort. White papers/proposals for research in amounts normally up to approximately $350-400K may be submitted at any time under this BAA. H. Refer to the "Proprietary Information" and "When and How to Submit" sections of Air Force Material Command Unsolicited Proposal Guide, AFMC Pamphlet 64-101. The AFMC Form 190 is not applicable to BAAs. The guide is available at the following web site: http://www.afmc-pub.wpafb.af.mil/HQ-AFMC/PK/pkp/pkpa/unsolpub.htm I. Responders should reference YEC-BAA-04-0001 and contact name. Proposals should be sent to the contracting officer specified at the time proposals are requested. This announcement is open and effective until superceded. Those who propose are warned that only contracting officers are legally authorized to obligate the government. PART III PROPOSAL EVALUATION A. Proposal Evaluation Criteria: 1. Scientific and/or technical merits of the proposal, potential contributions of the effort to the AAC/XRS mission, and extent to which the study effort will contribute to overall concept development. This includes the following two sub-factors (listed in descending order of importance): a. Definition of the elements of the trade space associated with heavy penetrator NG&C system architecture, including tradeoffs among potential guidance schemes, hardware components, reliability, surety, logistics, weight, size, expected performance and operating characteristics. Identification of the critical risk areas associated with system development and aircraft integration. b. Soundness of the proposed process for executing trade studies to address and document critical system design issues through the appropriate mix of analysis, simulation, and utilizing empirical data on existing weapon systems. 2. Qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. 3. Offerer?s analysis and simulation tools, techniques and experience. 4. Price and best value to the government. 5. Additional contractual terms and conditions proposed by the offeror, if any. B. Upon receipt of a proposal, the AAC/XRS technical staff will perform an initial review of its scientific merit and potential contribution to the Air Force mission and also determine if funds are expected to be available for the effort. Offerors whose proposals the government considers as not having sufficient scientific merit or relevance to Air Force needs, or those for which funds are not available, will be declined by written notice from the government. Any such declination is not subject to appeal or further review. C. It is the policy of AAC/XRS to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. Proposals not declined as a result of initial review will be subject to an extensive evaluation by highly qualified personnel from within the Government. D. Each proposal will be evaluated based on the merit and relevance of the specific research proposed as it relates to the overall AAC/XRS program, rather than against other proposals for research in the same general area.
- Record
- SN00639662-W 20040811/040809212052 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |