Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2006 FBO #1696
MODIFICATION

A -- Hypersonics Test and Evaluation

Notice Date
7/17/2006
 
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, AEDC - Arnold Engineering Development Center, 100 Kindel Drive, Suite A-335, Arnold AFB, TN, 37389-1335
 
ZIP Code
37389-1335
 
Solicitation Number
BAA0614AEDCPKP
 
Response Due
8/1/2006
 
Archive Date
8/16/2006
 
Point of Contact
Sue Tate, Contract Specialist, Phone 931-454-7801, - Rick Stewart, Contracting Officer, Phone 931-454-7844, Fax 931-454-7330,
 
E-Mail Address
sue.tate@arnold.af.mil, rick.stewart@arnold.af.mil
 
Description
CONTINUED: PROPOSAL PREPARATION INSTRUCTIONS PROPOSAL FORMAT All full proposals must be in the format given below. Nonconforming proposals may be rejected without review. Proposals should consist of two volumes. All pages should be formatted to 8-1/2- by 11-inch page size with type not smaller than 12 point. The page limitation for full proposals includes all figures, tables, and charts. Volume I, Technical and Management Proposal, may include an attached bibliography of relevant technical papers or research notes (published and unpublished), which document the technical ideas and approach upon which the proposal is based. Copies of not more than three relevant papers can be included with the submission. The bibliography and attached papers are not included in the page counts given below. The submission of other supporting materials along with the proposal is strongly discouraged and will not be considered for review. The proposal should not exceed 30 pages. Proposals should be submitted in .pdf format and forwarded to AEDC on CD-ROM. In addition, two paper copies should be submitted and mailed with the electronic media. No proposal submitted via e-mail will be considered. Send proposals to: AEDC/PKP; Attn: Sue Tate, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 Volume I, Technical and Management Proposal Section I Administrative A. Cover sheet to include: (1) BAA number; (2) Lead Organization Submitting proposal; (3) Type of business, selected among the following categories: LARGE BUSINESS", SMALL DISADVANTAGED BUSINESS, OTHER SMALL BUSINESS, HBCU, MI, OTHER EDUCATIONAL, or OTHER NONPROFIT; (4) Contractor's reference number (if any); (5) Other team members (if applicable) and type of business for each; (6) Proposal title; (7) Technical point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available); (8) Administrative point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available), total funds requested from DOT&E, and the amount of cost-share (if any); and (9) Date proposal was prepared B. Official transmittal letter C. Signed copies of the Acknowledgment of Release Requirements form by the proposer and all subcontractors. This form acknowledges that the proposer and subcontractors are aware of their obligation to have all technical reports, papers, and presentations reviewed by DoD prior to release. This is required to ensure adherence to DoD regulations regarding the dissemination of militarily critical technologies and the International Traffic in Arms Regulations (ITAR). Section II Summary of Proposal This section provides an overview of the proposed work as well as an introduction to the associated technical and management issues, and the applicability of the work to test and evaluation of weapons systems. Further elaboration of all items will be provided in Section III. A. Innovative claims for the proposed research. This section is the centerpiece of the proposal and should succinctly describe the uniqueness and benefits of the proposed approach relative to the current state-of-the-art and alternate approaches. B. Deliverables associated with the proposed research and the plans and capability to accomplish technology transition and commercialization. Include in this section all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated. C. Cost, schedule, and milestones for the proposed research, including estimates of cost for each task in each year of the effort, total cost, and company cost share. D. Technical rationale, technical approach, and constructive plan for accomplishment of technical goals in support of innovative claims and deliverable production. Include direct applicability of proposed work to Test and Evaluation. (In the full proposal, this section should be supplemented by a more detailed plan in Section III.) E. General discussion of other research in this area. F. A clearly defined organization chart for the program team which includes, as applicable: (1) the programmatic relationship of team members; (2) the unique capabilities of team members, specifically the principle investigator; (3) the task responsibilities of team members; (4) the teaming strategy among the team members; (5) the key personnel along with the amount of effort to be expended by each person during each year. Section III Detailed Proposal Information This section provides the detailed discussion of the proposed work necessary to enable an in-depth review of the specific technical and managerial issues and the applicability of the work to test and evaluation of weapons systems. Specific attention must be given to addressing both risk and payoff of the proposed work that make it desirable to TRMC. A. Statement of work (SOW) written in plain English, outlining the scope of the effort and citing specific tasks to be performed and specific contractor requirements. It is the intent of the Government to use the offeror?s SOW, as written, provided that it accurately describes the work to be performed, is enforceable, and is void of inconsistencies. If, in the Government?s opinion, the offeror?s SOW does not reflect these requirements, the Government will prepare a SOW, using information available in the offeror?s proposal; this process may delay the award. The SOW shall be a separate and distinct part of the proposal and must also be provided on a CD-ROM in the format called out previously. The proposed SOW must contain a summary description of the technical methodology as well as the task description, but not in so much detail as to make the contract inflexible. Do not include any proprietary information in the SOW. (See attached sample format.) B. Description of the results, products, transferable technology, and expected technology transfer path enhancing that of Section II.B. Detailed discussion of the direct applicability of proposed work to Test and Evaluation. C. Detailed technical rationale enhancing that of Section II. D. Detailed technical approach enhancing and completing that of Section II. E. Comparison with other ongoing research indicating advantages and disadvantages of the proposed effort. F. Discussion of proposer's previous accomplishments and work in this or closely related research areas including a list of points-of-contacts within the funding agency(s) familiar with the proposer?s accomplishments and/or performance. G. Description of the facilities that would be used for the proposed effort. H. Detail support enhancing that of Section II, including formal teaming agreements that are required to execute this program. I. Cost schedule and milestones for the proposed research, including estimates of cost for each task in each year of the effort, total cost, and any company cost share. Where the effort consists of multiple portions that could reasonably be partitioned for purposes of funding, these should be identified as options with separate cost estimates for each. Section IV Additional Information A brief bibliography of relevant technical papers and research notes (published and unpublished), which document the technical ideas upon which the proposal is based. Copies of not more than three relevant papers can be included in the submission. Volume II, Cost Proposal - {No page limit} A. Cover sheet to include: (1) BAA number; (2) Lead Organization Submitting proposal; (3) Type of business, selected among the following categories: LARGE BUSINESS, SMALL DISADVANTAGED BUSINESS, OTHER SMALL BUSINESS, HBCU, MI, OTHER EDUCATIONAL, or OTHER NONPROFIT; (4) Contractor's reference number (if any); (5) Other team members (if applicable) and type of business for each; (6) Proposal title; (7) Technical point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available); (8) Administrative point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), and electronic mail (if available); (9) Award instrument requested: cost-plus-fixed-fee (CPFF), cost-contract--no fee, cost sharing contract--no fee, or other type of procurement contract (specify), grant, cooperative agreement, or other transaction; (10) Place(s) and period(s) of performance; (11) Total proposed cost separated by basic award and option(s) (if any); (12) Name, address, and telephone number of the offeror's cognizant Defense Contract Management Agency (DCMA) administration office (if known); (13) Name, address, and telephone number of the offeror's cognizant Defense Contract Audit Agency (DCAA) audit office (if known); and (14) Date proposal was prepared . B. Detailed cost breakdown to include: (1) total program cost broken down by major cost items (direct labor, subcontracts, materials, other direct costs, overhead charges, etc.) and further broken down by year; (2) major program tasks by year; (3) an itemization of major subcontracts and equipment purchases; (4) an itemization of any information technology (IT)* purchases; (5) a summary of projected funding requirements by month; and (6) the source, nature, and amount of any industry cost-sharing. Where the effort consists of multiple portions that could reasonably be partitioned for purposes of funding, these should be identified as options with separate cost estimates for each. See attached format. C. Supporting cost and pricing information in sufficient detail to substantiate the summary cost estimates in B above. Include a description of the method used to estimate costs and supporting documentation. Note: cost or pricing data as defined in FAR Subpart 2.101 shall be required if the offeror is seeking a procurement contract award of $550,000 or greater unless the offeror requests an exception from the requirement to submit cost or pricing data. Cost or pricing data are not required if the offeror proposes an award instrument other than a procurement contract (e.g., a grant, cooperative agreement, or other transaction). * Note: IT is defined as any equipment, or interconnected system(s) or subsystem(s) of equipment, that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the agency (a) For purposes of this definition, equipment is used by an agency if the equipment is used by the agency directly or is used by a contractor under a contract with the agency which - (1) Requires the use of such equipment; or (2) Requires the use, to a significant extent, or such equipment in the performance of a service or the furnishing of a product (b) The term information technology includes computers, ancillary, software, firmware and similar procedures, services (including support services), and related resources (c) The term information technology does not include - (1) Any equipment that is acquired by a contractor incidental to a contract; or (2) Any equipment that contains imbedded information technology that is used as an integral part of the product, but the principal function of which is not the acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. For example, HVAC (heating, ventilation, and air conditioning) equipment such as thermostats or temperature control devices, and medical equipment where information technology is integral to its operation, is not information technology.
 
Place of Performance
Address: 100 Kindel Drive Suite A332, Arnold AFB TN
Zip Code: 37389-1332
 
Record
SN01090807-W 20060719/060717220539 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.