SOLICITATION NOTICE
A -- High Velocity Penetrating Weapon Call 1 “High Explosive Survivability Test (HEST)”
- Notice Date
- 7/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
- ZIP Code
- 32542-6810
- Solicitation Number
- BAA-RWK-12-0002Call1
- Archive Date
- 9/19/2012
- Point of Contact
- MiMi Martin, Phone: 850-883-2675
- E-Mail Address
-
mimi.martin@eglin.af.mil
(mimi.martin@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Call for Proposals is being issued under Broad Agency Announcement (BAA) BAA-RWK-12-0002, which was published in FedBizOps.gov on 8 September 2011. Offerors must refer to BAA-RWK-12-0002, which must be read and adhered to in conjunction with this Call for Proposals. This Call for Proposals will be governed by the "ONE-STEP" process described in Section VI of the open-ended BAA RWK-12-0002. Proposal Due Date and Time: Proposals are due no later than 4 September 2012, 3:00 pm (CDT). NOTE: Proposal receipt after the due date and time shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the above stated date and time as a result of security delays will be considered "late." Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. Electronic submission of proposals for this BAA shall not be accepted; this includes e-mail and facsimile. I. PROGRAM DESCRIPTION: Objectives: The following Government Statement of Objectives (SOO) applies to this Call for proposals. (1) Objectives This contract will require the development of build-to design drawings and construction of an experimental test set-up for use at AFRL/RWME. The contractor will be provided with rough design drawings (provided upon request) and material requirements. The contractor will be required to adapt the design drawings and other requirements into detailed build-to specifications, which will be transitioned to AFRL/RWME upon completion. In addition, the contractor will construct the specified test apparatus according to the build specifications and deliver the final product to AFRL/RWME. Finally, the contractor will develop and construct an apparatus to impart the necessary input mechanical energy for the completed test design. The period of performance of the contract is expected to be nine months, six months for the technical effort, plus three months for the completion of the approved final report. (2) Test Requirements Figure 1 (to be provided upon request) details the design of the High Explosive Survivability Test (HEST). It is important to note that while part F is designated as a steel component, it could be constructed from a different material, assuming it meets the necessary mechanical properties requirements. Potential advantages could be the use of a transparent material to allow for visual inspection of the sample post-test. However, the integrity of the test apparatus during impact is the highest priority. The surface between parts G and H is intended to be frictionless. In additions, it is crucial that said apparatus is built within very strict tolerances to allow for part H to be centered on part D. The test apparatus is intended to be relatively inexpensive to allow for easy replacement upon failure of the sample. In addition, the approximate weights of certain test components are seen in Table 1, and the coefficient of friction between the sample and the outer sleeve should be 0.4. If necessary, samples can be provided to the contractor for this determination. Furthermore, the contractor shall provide specifications for the materials used in fabrication. Finally, the manufacturing effort necessary for the design should be reproducible if the need for more equipment should arise in the future. Twenty (20) of these will be fabricated from the generated build-to drawings. (3) Mechanical Energy Input Apparatus In addition to the design hardware, the contractor will be required to design and fabricate the necessary apparatus for accelerating parts G and H into part D. The parts will be required to be propelled at a tunable velocity between 10 and 100 m/s, at intervals of 5 m/s, with a 2 m/s tolerance. To reiterate, it is critical that part H meets strict tolerances in order to have flush contact with part D upon impact. The energy input apparatus should allow for and aid in this. There can be an additional part, if necessary, to assist in evenly distributing the load upon parts G and H to ensure they move together until impact. This portion of the hardware is intended to be permanent, and will not be replaced from test to test. It will be required to provide two sets of the final input energy apparatus, one primary and one alternate, in the event of destruction of the primary. In addition, the design specifications for the apparatus, as well as the specifications for the materials used, will be transitioned to AFRL/RWME upon completion. Finally, it must be assured that the apparatus is not prohibitively difficult to manufacture reproducibly, should a replacement be needed for future testing. Figure 1. Design Drawing of the High Explosive Survivability Test (HEST) - To be provided upon request Note: Parts A and B need not be supplied by the contractor. The steel referred to should be a mild steel. In addition, this drawing is intended to be a rough outline, and, if necessary, can be amended to and altered without changing the function or the output of the apparatus, i.e. the addition of o-rings. Approximate Weights of Selected Components Part Weight (lbs) D 5.28 G 33.00 H 7.26 (4) Deliverables • Build-to design specifications for both the test apparatus and the input energy apparatus • Pedigrees for the materials used in both the test apparatus and the input energy apparatus • Twenty (20) completed test apparati delivered to AFRL/RWME • Two (2) input energy apparati delivered to AFRL/RWME • Monthly status reports • Final report detailing the work completed (5) Data Requirements DI-MISC-80711A/T Scientific & Technical Report DI-FNCL-80331A/T Funds & Man-Hour Expenditure Report (MTHLY) DI-MISC-80711A/T Spend Plan (MTHLY) DI-MGMT-81468/T Contract Funds Status Report (QRTLY) DI-MGMT-80368A/T Status Report (MTHLY) DI-NDTI-80566A/T Test Plan (ASREQ) DI-DRPR-80651/T Engineering Drawings (ASREQ) DI-ADMN-81373/T Presentation Material (ASREQ) The Contractor may propose additional elements or submittal of combined elements or Data Item Descriptions (DIDs) as appropriate for the proposed program. (6) Technical Reviews: Technical Reviews: The contractor shall present three technical program briefings to the government, to include a kickoff meeting at Eglin AFB within 30 days of contract award, and meetings at the contractor's facility after month 3 of the period of performance and a final review of accomplishments at contract completion. (7) Other Requirements: a. Program security classification: Unclassified; however, if a proposed approach requires access to classified data, a DD254 will apply. Depending on the proposed approach, a DD 254, up to Secret classification/SCI facility clearance and storage clearance, may apply. If a DD254 is applicable, offerors must verify their Cognizant Security Office information is current with Defense Security Service (DSS) at www.dss.mil. b. Export Control: Information involved in this research effort will be subject to Export Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export Administration Regulations (EAR) 15 CFR 710-774). A Certified DD Form 2345, Militarily Critical Technical Data Agreement, is required to be submitted with the proposal. c. Operations Security (OPSEC): The offeror shall train personnel in, and follow, appropriate Operations Security (OPSEC) measures during the performance of this program. II. ELIGIBILITY INFORMATION (1) Eligible Offeror/Applicants: All applicants are potentially eligible, with the exception of foreign-owned offerors. A determination has been made for this solicitation, that all foreign participation at the prime contractor and subcontractor levels will be prohibited, with the exception of those with an appropriate Special Security Agreement (SSA) in place with the U.S. Government. Foreign or foreign-owned offerors should immediately contact the contracting office focal point identified in Section VII for information if they contemplate responding. All correspondence must reference the title and BAA number. (2) Cost Sharing or Matching: Cost sharing is not a requirement. III. PROPOSAL SUBMISSION INFORMATION (1) Content and Form of Submission of Proposals: This Call for Proposals will be governed by the "ONE-STEP" process described in Section VI of the open-ended BAA RWK-12-0002. Proposals submitted shall be in accordance with this announcement. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 15.215-1(c)(3). There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps https://www.fbo.gov in the event this announcement is amended or CALLS are issued. Offerors must monitor these systems to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. Proposals must reference the announcement number BAA RWK-12-0002, Call 1. (2) Proposals should be addressed and delivered to the Contracting Point of Contact (POC) identified herein. Offerors must submit one-original and 2 hard copies of their proposals along with 1 CD via mail or hand delivery to the Contracting POC identified below. Any classified proposal information should be submitted in a separate appendix and provided directly to the Technical POC identified herein. Do not submit Classified Data to the Contracting POC. In the event any classified data would be submitted, contact the Technical POC for directions. However, no classified data is anticipated. (3) Technical proposals for Call 1 shall be limited to thirty (30) pages, prepared and submitted in accordance with the instructions set forth in Section VI of BAA-RWK-12-0002, which must be read in conjunction with this Call for proposals. The Statement of Work (SOW) shall be limited to an additional 10 pages, above and beyond the 30-page limit for the technical proposal. Any excess pages in the Technical Proposal, beyond the Page Limitation Requirements of the BAA, will not be evaluated. (4) Cost proposals for this Call have no page limitations; however, offerors are requested to keep cost proposals to 30 pages as a goal. Provide total cost summary by fiscal year reflecting all cost elements, hours and rates by year to reflect the total price. As applicable, provide supporting cost data for any materials by providing list of materials, explaining what their costs are based on such as vendor quotes, catalog prices, or historical data; provide subcontract quotes with your proposal, and price analysis for any subcontracts, per FAR 15, explaining how subcontract prices were found to be fair and reasonable; provide consultant quotes reflecting breakout of hours and cost; provide breakout of any travel so it is clear how you computed the travel costs if any, and provide supporting data for any other costs. IV. AWARD INFORMATION (1) Type of Contract: The Government anticipates negotiating a Firm Fixed Price contract type for this effort. (2) Anticipated Number of Awards: The Government anticipates negotiating one Firm Fixed Price contract for the program. However, the Government reserves the right to award one, multiple, or no contracts pursuant to this BAA. (3) Anticipated Award Date: The Government expects to receive proposals within 45 days of publication of this BAA, and to negotiate and award one, or multiple awards within 6 weeks thereafter. (4) Anticipated Period of Performance: The period of performance is expected to be 9 months (6 months for the technical effort, 1 month for first submission of the Final Report, 2 months for revisions). (5) Estimated Program Cost: Anticipated funding for the program is less than $1 Million. This 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. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. (6) Funding Restrictions: 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, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY are regulated by the DoD Grant and Agreements Regulations (DODGARS). V. PROPOSAL REVIEW INFORMATION: (1) Proposal Evaluation Criteria: The following 4 Factors, listed in descending order of importance (cost/price, although ranked 4th, is a substantial factor), will be used to determine if a contract is to be awarded: a. Factor 1: An integrated assessment of the proposed technical approach to include scientific and/or technical merits, and the potential contributions of the effort to meet/fulfill High Velocity Penetrating Weapon research areas. Potential value to the government (technical promise) will be assessed, based on innovation (originality and feasibility), transitionability, and functional capability for the warfighter. b. Factor 2: The offeror's capabilities, related experience, facilities, techniques, and combinations of these that are integral factors for achieving the proposed project objectives presented in the formal proposal. c. Factor 3: The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposed objectives. d. Factor 4: The reasonableness and realism of proposed costs and fees if any, the proposed cost share by the offeror if any, and the availability of funds (i.e., considering budgets and funding) (2) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be assessed for formal proposals, as part of the evaluation of the above evaluation criteria. Proposal risk relates to the identification and assessment of the risks associated with an offeror's proposed approach as it relates to accomplishing the proposed effort. Tradeoffs of the assessed risk will be weighed against the potential scientific benefit. Proposal risk for schedule relates to an assessment of the risks associated with the offeror's proposed number of hours, labor categories, materials, or other cost elements as it relates to meeting the proposed period of performance. Risk may be assessed as High, Moderate, or Low. High: Likely to cause significant disruption of schedule, increase cost, or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Can potentially cause some disruption of schedule, increase cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Has little potential to cause disruption of schedule, increase cost, or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. (3) Review and Selection Process: The evaluation described above will generally result in proposals being placed in one of the three categories below: Category I: Proposal is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Category I proposals. Category II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. Category III: Proposal is not technically sound or does not meet agency needs. No further evaluation criteria will be used. Individual proposals will be evaluated against the evaluation criteria without regard to other proposals submitted under this BAA. It is the policy of AFRL/RW to treat all proposals as privileged information, and to disclose the contents only for the purposes of evaluation. Those selected as a result of initial review will be subject to an extensive evaluation by highly qualified Government scientists. The offeror must appropriately indicate any limitation to be placed on disclosure of information contained in the proposal. Should portions of a proposal be incorporated into a resulting contract, that portion may be subject to release under the Freedom of Information Act unless exempt from release. (4) AWARD NOTICES: Offerors will be notified whether their proposal is recommended for award after evaluation of the proposal. The notification is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award. VI. TERMS APPLICABLE TO ALL BAA AWARDS: (1) Administrative and National Policy Requirements: Depending on the work to be performed, the offeror may require a classified facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to information at the equivalent level of security at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. (2) Reporting: Contractors should expect any contract or assistance instrument resulting from this BAA would contain the requirement to provide various types of periodic and final technical reports, and possibly cost and other reports. (3) Data Rights Assertions: It is anticipated that all data delivered under any resulting award will be delivered with unlimited rights; however different rights may be negotiated as appropriate. The contractor shall identify data rights assertions, licenses, patents, etc. that apply to any proprietary materials, technical data, products, software, or processes to be used by the prime or subcontractor(s) in the performance of this program; and shall address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to a resulting contract. Any data delivered or anticipated to be delivered with less than unlimited rights must be reported in a separate, appropriately marked appendix to the final report of any awarded contract resulting from this BAA. (4) Occupational Safety and health (OSHA) and Voluntary Protection Program (VPP): Eglin AFB is in the process of pursuing recognition under the OSHA VPP. If required as a part of a resulting contract from this BAA, AFFARS Clause 5352.223-9001 mandates that adequate health and safety requirements be identified in the contract. Contractors can gain more information regarding the OSHA VPP Program at http://www.osha.gov/dcsp/vpp/index.html. VII. AGENCY CONTACTS (1) Questions of a technical nature shall be directed to John Henry Williams, Lead Formulation Technology Engineer, AFRL/RWMET, 850-883-3230, johnhenry.williams@eglin.af.mil. (2) Questions of a contractual/business nature shall be directed to MiMi D. Martin, Contracting Officer, AFRL/RWK, 850-883-2675, mimi.martin@eglin.af.mil. Note: Any correspondence should reference the BAA title and number in the Subject Line. (3) In accordance with AFFARS 5301.9102, an ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The Ombudsman is as follows: Barbara Gehrs, Director of Contracting (AFRL/PK), (937) 904-4407, barbara.gehrs@wpafb.mil. VIII. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR ASSISTANCE INSTRUMENTS (1) Support Contractors: Only Government employees will evaluate the proposals for selection. The AFRL Munitions Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. (2) Communication: Dialogue between prospective offerors and Government representatives is encouraged until submission of proposals. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. (3) Debriefings: When requested, a debriefing will be provided. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content may vary to be consistent with the procedures that govern BAAs (FAR 35.016). (4) Wide Area Work Flow Notice: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/. Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCAA. (5) Item Identification and Valuation: Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Aug 2008) which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. Per DFARS 211.274-3 policy for valuation, "the government's unit acquisition cost is the contractor's estimated fully burdened unit cost at time of delivery to the government for cost type or undefinitized line, subline, or exhibit line items" (per DoD, "fully burdened unit costs" to the government would include all direct, indirect, G&A costs, and an appropriate portion of fee). If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. For more information, see the following website: http://www.acq.osd.mil/dpap/sitemap.html. (6) Forward Pricing Rate Agreements: If formal proposals are requested, offerors who have Forward Pricing Rate Agreements (FPRAs) should submit them with their proposals. (7) Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National Preaward Registry http://www.dol-esa.gov/preaward. This registry indicates that the contractor has been found to be "in compliance" within the past 2 years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a preaward clearance from the OFCCP. (8) Excessive Pass-Through Charges: Any contract award resulting from this announcement may contain the clause at DFARS 252.215-7004, Excessive Pass-Through Charges, (May 2008) which requires the contractor to identify in its proposal the percentage of effort to be performed by the prime contractor and the percentage expected to be performed by each subcontractor. If the contractor intends to subcontract more than 70% of the total cost of work under the contract or task order, then it shall identify the amount of the contractor's indirect costs and profit applicable to the subcontract work, and a description of the value added by the contractor. If any subcontractor intends to subcontract to a lower tier subcontractor more than 70% of the total cost of its work, then it shall identify the amount of the subcontractor's indirect costs and profit applicable to the lower tier subcontract work, and a description of the value added by the subcontractor. (9) Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required. (10) Post-Award Small Business Program Rerepresentation: As prescribed in FAR 19.308, FAR Clause 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009), is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. This clause requires a contractor to rerepresent its size status when certain conditions apply. The clause provides detail on when the rerepresentation must be complete and what the contractor must do when a rerepresentation is required. (11) Enabling Clause: Any contract award resulting from this announcement may contain a special clause entitled "Enabling Clause between Prime Contractors and Service Contractors", when a prime contractor must agree to cooperate with a support contractor during the performance of this contract. (12) FAR: Provisions of the Federal Acquisition Regulation may be accessed electronically at this address: http://farsite.hill.af.mil (13) CCR Registration: Pursuant to FAR 9.104-1, a responsibility determination will be made for all prospective offerors considered for award under this BAA. This determination will also include a review of the Excluded Parties List System to verify award eligibility. Unless exempted by 2 CFR 25.110 all offerors must: (a) Be registered in the Central Contractor Registration (CCR) prior to submitting an application or proposal; (b) Maintain an active CCR registration with current information at all times during which it has an active Federal award or an application or proposal under consideration by an agency; and (c) Provide its DUNS number in each application or proposal it submits to the agency. (14) Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25. (15) A Sample Evaluation Template is Provided Below. SAMPLE TECHNICAL EVALUATION FOR COMPETITIVE ACQUISITIONS (Used for Formal Proposal ONLY for this BAA) BAA No: Proposal Control No: Type of Instrument Proposed: Category Ranking: Name of Offeror: Proposal Title: Name of Evaluator: Date of Evaluation: Office Symbol: Phone No: EVALUATION CRITERIA (AS DETAILED IN THE SYNOPSIS) 1. An integrated assessment of the proposed technical approach to include scientific and/or technical merits, and the potential contributions of the effort to meet/fulfill High Velocity Penetrating Weapon research areas. Potential value to the government (technical promise) will be assessed, based on innovation (originality and feasibility), transitionability, and functional capability for the warfighter. 0Exceeds the criteria (Address key aspects of the proposal which demonstrate why the proposal exceeds the criteria.) 0Meets the criteria (Address key aspects of the proposal which demonstrate why the proposal meets the criteria.) 0Does not meet the criteria (Address key aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: Likely to cause significant disruption of schedule, increase cost, or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Can potentially cause some disruption of schedule, increase cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Has little potential to cause disruption of schedule, increase cost, or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties.   2. The offeror's capabilities, related experience, facilities, techniques, and combinations of these that are integral factors for achieving the proposed project objectives presented in the formal proposal. 0Exceeds the criteria (Address key aspects of the proposal which demonstrate why the proposal exceeds the criteria.) 0Meets the criteria (Address key aspects of the proposal which demonstrate why the proposal meets the criteria.) 0Does not meet the criteria (Address key aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: No significant related experience. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Some related experience, but no experience directly associated with this technology. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Significant relevant experience directly associated with this technology.   3. The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposed objectives. 0Exceeds the criteria (Address key aspects of the proposal which demonstrate why the proposal exceeds the criteria.) 0Meets the criteria (Address key aspects of the proposal which demonstrate why the proposal meets the criteria.) 0Does not meet the criteria (Address key aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: No significant qualifications, capabilities, and experience of key personnel. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Breadth of qualifications, capabilities, and experience of key personnel is lacking in technologies. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Key personnel possess qualifications and experience required and exhibit critical capabilities to perform this effort.   4. The reasonableness and realism of proposed costs and fees if any, the proposed cost share by the offeror if any, and the availability of funds (i.e., considering budgets and funding). (Check all that apply) The offeror's proposed: 0 (1) quantity and mix of labor hours, 0 (2) material, 0 (3) subcontracting, 0 (4) travel, and 0 (5) any other direct costs, are appropriate and realistic for their proposed technical approach and in meeting the proposed period of performance with the following exceptions, if any: Assessed Risk: High _____ Moderate _____ Low _____ High: Cost proposed, labor mix and number of hours does not reflect that the Contractor has a clear understanding of the effort required to achieve technical objectives. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Indicators exists that additional labor categories or hours may be required to complete the technical effort. Low: Cost proposed, labor mix and number of hours reflect that the Contractor has a clear understanding of the effort required to achieve technical objectives.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/BAA-RWK-12-0002Call1/listing.html)
- Record
- SN02810022-W 20120722/120720235019-5676afcb4397b473a76ad4aba9db156d (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 |