MODIFICATION
A -- Joint Multi-Role Technology Demonstrator (JMR TD) Joint Common Architecture Demonstration (JCA Demo) Broad Agency Announcement (BAA)
- Notice Date
- 2/5/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W614R0002
- Archive Date
- 5/6/2014
- Point of Contact
- hope mcclain, 757-878-2993
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(hope.a.mcclain@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Table of Contents: 1. Introduction 2. Background 3. Detailed Topic Description 3.1 Overview 3.2 Technical Description 4. Data Rights 5. Funding Level & Period of Performance 6. Funding Instrument 7. Security Requirements 8. Government Furnished Equipment 9. Instructions to Offerors 10. Evaluation Factors for Award 11. Data Items / Deliverables 1. Introduction Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals to procure a Data Correlation and Fusion Manager (DCFM) software component for the Joint Common Architecture (JCA) Demonstration (JCA Demo) project. The overall purpose of the JCA Demo is to verify the JCA concept and reduce risk for future efforts. The DCFM developed under the JCA Demo will not become the basis of any subsequent program activity, but knowledge gained will be used as input to the Government's planning processes. Processes, tools, and lessons learned are more important than component performance. 2. Background The Aviation & Missile Research, Development, and Engineering Center (AMRDEC) is currently developing an open system architecture (OSA) definition for the Future Vertical Lift (FVL) family of systems (FoS) under the JCA Science and Technology (S&T) effort. JCA is following the Modular Open System Approach (MOSA) principles and leveraging existing and emerging OSA related efforts (including the Future Airborne Capability Environment (FACETM) consortium). JCA in its final form will comprise a model, guidance documents and an ecosystem. JCA version 1.0 is not projected to be available until the end of FY15; however, it is the Government's desire to perform a proof of concept demonstration starting in FY14 with a partial version (V0.X). The JCA Program has five overarching program goals: Increase affordability Reduce time to field Enable new technology integration Accommodate mission performance requirements Address applicable mandates JCA defines a software product line (SPL) which consists of key interfaces as well as the software components of an avionics system that can be reused across the entire FVL FoS. This enables the achievement of higher level Office of the Secretary of Defense (OSD) affordability goals that would not automatically be achieved if developers or Program Offices worked independently. In following the MOSA principle of establishing an quote mark enabling environment, quote mark the JCA S&T effort teamed with the Navy and Industry to stand-up an open, consensus based, standards body. The Open Group managed FACE Consortium is an Industry and Government partnership to establish a standard Common Operating Environment (COE) for capability-based applications across Department of Defense (DoD) avionics systems. FACE standards, documentation, tools, and processes form the basis of JCA wherever possible. JCA will comprise the following: JCA Model - The JCA Model represents a collection of existing widely used and Industry-accepted standards, the reference architecture, and supporting documentation. The JCA Reference Architecture is a conceptual framework identifying a set of avionics subsystems, avionics components, their interfaces, their allocated functionality, common semantics and composition rules at the Domain, Subsystem, and Component levels. Guidance Documentation - The Guidance documentation will cover Security/Information Assurance, Contracting, System Safety and Airworthiness, and Systems and Software Engineering. Ecosystem - The Ecosystem will utilize efforts developed within the FACE Consortium and Army/Navy FACE Academic Project to provide the simulation tools, integrator and developer toolkits, conformance testing tools, a repository of JCA artifacts, and a reference application. 3. Detailed Topic Description SOLICITATION TOPICS: There is one topic under this announcement. TOPIC: JMR Technology Demonstrator Joint Common Architecture Demonstration (JCA Demo) 3.1. Overview JCA Demo seeks to achieve the following goals: Verify the JCA concept by: o Procuring products defined by JCA V0.X in a representative acquisition process o Developing a JCA component utilizing the Ecosystem Reduce risk for subsequent JMR TD efforts by: o Understanding the level of effort (resources, cost, and schedule) required to implement o Estimate potential benefits for the FVL FoS JCA Demo will achieve these goals by procuring a software component defined by the JCA Model and verify that it is: Modular - Functionality scoped and defined by JCA Model V0.X Portable - Executes on a common Operating Environment (OE) conformant to the FACE Technical Standard ed. 2.0 Interchangeable -External interfaces are open and defined using FACE data model The JCA Demo will procure a software component built to the same specifications from multiple vendors. The Government will integrate and compile each software component to operate on multiple OEs. The demonstration will consist of executing a common scenario for each software component on each OE in the lab. While the performance of each software component on each OE will be evaluated, the goal is to verify the JCA concept, not procure the most functional software component. 3.2. Technical Description 3.2.1. Software Component The software component to be procured under this BAA is a Data Correlation & Fusion Manager (DCFM) defined as a FACE Technical Standard ed. 2.0 Portable Component Segment (PCS) Unit of Portability (UoP). This software component was selected based on available Government resources and is generically defined with a minimal set of functionality for demonstration purposes. The DCFM UoP is being developed specifically for laboratory use and therefore has no airworthiness requirements (Design Assurance Level-E) despite being restricted to the FACE Safety Profile. The DCFM UoP is specified through a combination of textual descriptors and a data model provided in the quote mark Supplemental Package. quote mark See quote mark Section 9.1 Instructions to Offerors quote mark on how to obtain. DCFM UoP developers SHALL provide behavior and performance characteristics of the DCFM UoP to the government throughout the development process. 3.2.2. Operating Environments Each OE consists of an ARINC 653 FACE Safety Profile partition with FACE IOS & TSS Layers on a General Purpose Processor (GPP). The DCFM UoP will be allocated at least 384 MB of RAM and 20% of the GPP (minimum GPP operates at 1 GHz). 3.2.3. Candidate FACE Tools The Government seeks verification of the Candidate FACE Tools. Since the FACE Technical Standard continues to evolve and the tools are constantly being updated to reflect the changes, the intention is to utilize the latest version available at contract award. The Candidate FACE Tools are available at https://face.isis.vanderbilt.edu/. DCFM UoP developers SHALL use the FACE Modeling Tools with the supplied DCFM Data Model to generate the data type and component files to produce the DCFM code set files. DCFM UoP developers SHALL use the FACE Conformance Test Suite to verify conformance of the DCFM. DCFM UoP developers SHALL submit issues to the Candidate FACE Tools through the quote mark New issue quote mark page on the Candidate FACE Tools website. 3.2.4. Reusable Verification To perform verification of the DCFM UoP on each OE the Government requires a Reusable Verification Component (RVC) that consists of a platform agnostic software test harness (e.g. software test fixture), platform agnostic automated test scripts (e.g. Python), and the necessary documentation (e.g. test cases and operator instructions.) The RVC provides the full suite of capabilities required to perform a verification that the DCFM UoP operates as intended and satisfies its software requirements while executing within each OE. The RVC captures the input conditions (parameters, ranges, sequences, etc), expected results (pass/fail criteria), and traceability data which maps RVC test cases to their corresponding DCFM UoP software requirements. This ensures compatibility with the host hardware and provides verification of the platform integration as life-cycle changes are made to each OE. 3.2.5. FACE Verification DCFM UoP developers SHALL demonstrate how the DCFM UoP meets the requirements of the FACE Technical Standard ed. 2.0. The Government will perform the functions of a FACE Verification Authority. DCFM UoP developers SHALL deliver preliminary FACE verification evidence, an initial FACE Verification Package, and a final FACE Verification Package. 3.2.6. Government Lab For this demonstration the Government will serve as the Systems Integrator with all supporting equipment and personnel resident at the Aviation Systems Integration Facility (ASIF) on Redstone Arsenal, Alabama. The government lab will include a software developer's workstation with all the necessary C/C++ compilers for the FACE Safety Profile OS's selected. DCFM UoP developers SHALL support Government lab integration efforts and FACE verification activities via voice and/or web based communication up to 80 hours. 3.2.7. Proprietary Information Government Support Contractors will be used in the lab to perform the integration tasks. DCFM UoP developers need to address any proprietary tools or software items and address mitigation strategies (e.g. non-disclosure agreements) within the technical proposal. Government support contractors are currently covered by a non-disclosure agreement in connection with the AMCOM Express contract. A copy of this non-disclosure agreement is available upon request. DCFM UoP developers may enter into an additional proprietary information agreement with Government support contractors at their option. 3.2.8. Lessons Learned DCFM UoP developers SHALL participate in regularly scheduled meetings to discuss development progress as well as lessons learned relevant to the JCA concept and FACE products. DCFM UoP developers SHALL identify airworthiness implications that would need to be addressed if the DCFM UoP were targeted for a safety-critical implementation. 4. Data Rights The Government requires sufficient Data Rights and Licensing for the DCFM UoP and any additional aspects (e.g. COTS libraries) that enable integration of the DCFM UoP on the target OEs during the course of the JCA Demo effort and other future Government experimentation. Future experimentation may include, but is not limited to, integrating on additional OEs, upgrading hardware components, replacing FACE software components (OS/IOS/TSS/PCS), testing data model scalability/extensibility, and virtual integration into different systems architectures/designs. Offeror's SHALL document all aspects of Technical Data, Computer Software, and Computer Software Documentation in Section 9.3 quote mark Proposal Volume II - Technical Data and Computer Software Rights volume quote mark and Section 9.5 quote mark Proposal Volume IV - Cost. quote mark 5. Funding Level And Performance Period Anticipated funding will vary based on proposed approach. This topic is expected to result in multiple awards. Total funding available for all awards is anticipated to be $800K. Any award is subject to the availability of funds. The Period of Performance will begin at award and last for eight (8) months. Delivery of the DCFM is expected within four (4) months of award with the remaining time for integration support and report generation. 6. Funding Instrument The instrument preferred by the Government is a Technology Investment Agreement (TIA) (Cooperative Agreement under 10 U.S.C 2358), which is more flexible than traditional Government funding instruments. This does not preclude other funding instruments from being used. A variety of funding instruments are available pursuant to this announcement depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional Cost-Plus-Fixed-Fee (CPFF) contracts subject to the Federal Acquisition Regulation, as supplemented, and Other Transaction (OT) for Research (10 U.S.C. 2371). In accordance with the DoDGARS, Parties proposing to carry out a research project under a TIA are asked to provide at least half of the costs of the project, to the maximum extent practicable. This is a statutory condition for those TIAs under the authority of 10 U.S.C. 2371, and is a matter of DoD policy for all other TIAs. The purpose of the cost share is to ensure the recipient has a vested interest in the project's success. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) (but also see paragraph 37.530 pertaining to Other Transactions for Research) accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/321006r34p.pdf. Contract type is a subject for negotiation, but the Offeror's desire should be clearly stated in the cost proposal. 7. Security Requirements Performance may require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or the Export Administration Act of 1979, as amended, (Title 50, U.S.C. App. 2401 et. seq.) Only Offerors who are registered and certified with the Defense Logistics Services Center (DLSC) may participate in this solicitation. Offeror(s) are required to provide an quote mark Export-Controlled DoD Data Agreement quote mark certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the DLSC, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. 8. Government Furnished Equipment It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment, facility, data, or services. 9. Instructions to Offerors 9.1GENERAL: The proposal shall consist of four volumes, a technical volume, a technical data and computer software rights volume, technical experience and qualifications, and a cost volume. In presenting the proposal material, prospective Offerors are advised that the quality of the information is significantly more important than quantity. Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. The Government reserves the right to select for award any, all, part or none of the proposals received. The Government reserves the right to select for award only a portion of an Offeror's proposal (i.e. certain tasks vs. total program). Technical and cost proposals should be structured so that work in each area of development can be logically identified and separated. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Proposal will be considered valid for 210 days from the date that this announcement closes unless specifically stated otherwise. Technical and Cost Proposals must be submitted by 3:00 PM on 14 March 2014. Unclassified responses should be submitted electronically via the AMRDEC Safe Access and File Exchange website (https://safe.amrdec.army.mil/SAFE/) in Microsoft Office format or as a portable document format ( quote mark.pdf quote mark ) file. Use the following email address as prompted by the site: hope.a.mcclain.civ@mail.mil. If proprietary or copyrighted information is submitted, please include a statement authorizing the Government to copy and use it within the Government for evaluation purposes. Appropriately marked proprietary information will be properly protected by the U.S. Government. Classified information should not be submitted. AMRDEC's SAFE site is not approved for transmission of classified information. The contracting point of contact is Mrs. Hope McClain, Bldg 401 Lee Blvd, Fort Eustis, VA 23604-5577, (757) 878-2993, hope.a.mcclain.civ@mail.mil. Proposals submitted for consideration must be signed by an authorized representative of the Offeror. Facsimile proposal submission is not authorized under this announcement. The cost proposal will be used for verification purposes and needs to be delivered in Microsoft Excel or other compatible format. All proposals should be marked with the solicitation number and title and addressed to the Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Mrs. Hope McClain, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. OFFERORS DESIRING A COPY OF THE SUPPLEMENTAL PACKAGE, MUST REQUEST IT IN WRITING BY EMAIL. REQUEST MUST BE ACCOMPANIED BY A FULLY CERTIFIED DD FORM 2345 (http://www.dtic.mil/dtic/pdf/registration/DD2345.pdf) AND DIRECTED TO THE ATTENTION OF MRS. HOPE MCCLAIN, hope.a.mcclain.civ@mail.mil. The Supplemental Package contains the Capability Requirements Specification, JCA Demonstration Scenario, Component Interaction Diagram, and the Data Correlation & Fusion Manager Data Model. Offerors desiring an explanation or interpretation of this announcement must submit requests via email: hope.a.mcclain.civ@mail.mil. Oral explanations or instructions given before the award of any agreement/contract will not be binding. Any information given to a prospective Offeror concerning this announcement which is necessary in submitting offers or the lack of which would be prejudicial to any other prospective Offeror(s) will be published as an amendment to this announcement. Proposals received after the due date of March 14, 2014, 3:00 p.m. local time will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. A copy of this provision may be obtained from http://farsite.hill.af.mil. This announcement is issued subject to the availability of funds. The Government's obligation is contingent upon the availability of appropriated funds for which payment for program purposes can be made. 9.2 PROPOSAL VOLUME I - Technical: Technical Volume I is limited to a maximum of twenty (20) pages. This volume describes the Offeror's understanding and technical approach to meet the total requirements as described in the BAA and attachments. The Offeror's Technical proposal SHALL include FACE specific details to demonstrate the Offeror's understanding of the requirements and allow for a thorough evaluation of the approach to meet all FACE requirements. 9.2.1. The Offerror SHALL describe the approach for accomplishing the tasks and requirements set forth in Section 3 quote mark Detailed Topic Description quote mark and in the Supplemental Package. 9.2.2. The Offerror SHALL describe the proposed software development process and associated tools. 9.2.3. The Offeror SHALL describe the proposed approach to meeting the requirements of the FACE Technical Standard for the DCFM UoP and address the Offeror's plan for developing and providing FACE Verification Evidence. 9.3 PROPOSAL VOLUME II - Technical Data and Computer Software Rights: 9.3.1. The Offeror SHALL propose the extent to which the rights in technical data (TD), computer software (CS), and computer software documentation (CSD), and inventions/patents offered to the Government ensure unimpeded, innovative, and cost effective development, operation, maintenance, and upgrade of the DCFM UoP throughout its life cycle (as described in Section 4 quote mark Data Rights quote mark ). 9.3.2. The Data Rights and Licenses offered shall be provided as attachment to the proposal. The Offeror shall cite specific examples of the government's Intellectual Property Rights (IPR) that illustrate the tenets of the offer, including an overview of the information provided in the following required attachments, as well as a discussion of how the information contained in the attachments impacts or illustrates the tenets of the proposal: 9.3.3. The Rights in Technical Data and Computer Software and Licenses offered for the DCFM UoP SHALL be provided as attachments to the proposal. The Offeror SHALL describe how the proposed intellectual property rights (IPR) meet the program needs. 9.3.4. The Offeror SHALL provide the following information as attachments to its proposal: 9.3.4.1. Rights in Non-commercial Technical Data (TD), Non-commercial Computer Software (CS) and Non-commercial Computer Software Documentation (CSD). a. The 7017 List. The Offeror shall attach to its offer a list identifying all noncommercial TD, CS, and CSD that it asserts should be delivered with other than unlimited rights. Specific instructions and requirements concerning this list are set forth in the DFARS 252.227-7017 quote mark Identification and Assertion of Use, Release, or Disclosure Restrictions quote mark (June 2013) provision. b. The 7028 List. The Offeror shall attach to its offer a list identifying all noncommercial TD, CS, and CSD that it intends to deliver with other than unlimited rights and that are identical or substantially similar to TD, CS, or CSD that the Offeror has delivered to, or is obligated to deliver to, the Government under any contract or subcontract. Specific instructions and requirements concerning this list are set forth in the DFARS 252.227-7028 quote mark Technical Data or Computer Software Previously Delivered to the Government quote mark provision incorporated at section K of this solicitation. Additionally, if there is no technical data or software to be identified in the 7028 list, the Offeror shall submit the list and enter quote mark None quote mark as the body of the list. c. Supplemental Information. The Offeror shall attach to its offer a statement entitled quote mark Supplemental Information - Noncommercial Technical Data, Noncommercial Computer Software, Noncommercial Computer Software Documentation quote mark that, for each item of noncommercial TD, CS or CSD that the Offeror asserts should be delivered with specifically negotiated license rights or other non-standard rights (as discussed at DFARS 252.227-7013 quote mark Rights in Technical Data - Noncommercial Items quote mark and/or DFARS 252.227-7014 quote mark Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation quote mark ), sets forth a complete description of all such proposed non-standard restrictions on the Government's ability to use, modify, release, perform, display, or disclose such TD, CS, or CSD. This information may be provided by referencing any proposed non-standard license agreement that is attached to the statement. The Offeror shall submit the statement as an attachment to its offer, dated and signed by an official authorized to contractually obligate the Offeror. If no information is to be included in the statement, the Offeror need not submit the statement. 9.3.4.2. Rights in Commercial Technical Data (TD), Commercial Computer Software (CD), and Commercial Computer Software Documentation (CSD). The Offeror SHALL attach to its offer a list, entitled quote mark Commercial Technical Data, Commercial Computer Software, and Commercial Computer Software Documentation-Government use Restrictions quote mark (the Commercial Restrictions List), that provides the following information regarding all commercial TD, CS, and CSD that the Offeror intends to deliver with other than unlimited rights: (1) identification of the technical date or software; (2) basis for asserting restrictions, such as licensed products including open source software; and (3) name of the entity asserting restrictions. For any item designated as NDI, the Offeror is requested to provide details of the Agency and level therein that paid for development and the contract number(s) and dates wherein payments were received. For each entry in the list citing an asserted rights category other than the standard license rights applicable to commercial TD as set forth in the DFARS 252.227-7015 quote mark Technical Data - Commercial Items quote mark (March 2011) clause, the Offeror shall provide a complete description of the asserted rights, e.g., a specially negotiated license, open source software license, or any license customarily offered to the public; this information may be provided by referencing any proposed non-standard or commercial license agreement that is attached to the list, but in all cases, the non-standard or commercial license will be attached for Government review. The Offeror shall submit the Commercial Restrictions List as an attachment to its offer, dated and signed by an official authorized to contractually obligate the Offeror. If there is no information to be included in the Commercial Restrictions List, the Offeror shall submit the list and enter quote mark None quote mark as the body of the list. 9.3.4.2. Rights in Background Inventions a. The Offeror SHALL attach to its offer a list, entitled quote mark Background Inventions - Identification and Licensing quote mark (the BIIL List), providing information concerning all background inventions. A quote mark background invention quote mark is any invention, other than a subject inventions, that is covered by any patent or pending patent application in which the Offeror (1) has any right, title, or interest; and (2) proposes to incorporate into any items, components, or processes (ICP) to be developed or delivered, or that will be described or disclosed in any TD, CS, or CSD to be developed or delivered, under the resulting contract. For each background invention, the BIIL List shall identify (1) the invention, by serial number, title, and date of the patent application or issued patent; (2) the ICP, TD, CS, and CSD that will incorporate or disclose the invention; and (3) the nature of the Offeror's right, title, or interest in the invention. The Offeror SHALL submit the BIIL List as an attachment to its offer, dated and signed by an official authorized to contractually obligate the Offeror. If there is no information to be included in the BIIL List, the Offeror shall submit the list and enter quote mark None quote mark as the body of the list. b. The Offeror SHALL attach to its offer a list, entitled quote mark Third-Party Patent Rights - Identification and Licensing quote mark (the 3PRIL List), providing information concerning all third-party patent rights for which it intends to pay royalties and the amount of the royalties in order to perform under the contract. The Offeror shall submit the 3PRIL List as an attachment to its offer, dated and signed by an official authorized to contractually obligate the Offeror. If there is no information to be included in the 3PRIL List, the Offeror shall submit the list and enter quote mark None quote mark as the body of the list. 9.4 PROPOSAL VOLUME III - Technical Experience and Qualifications Technical Volume III is limited to a maximum of five (5) pages. The Offeror SHALL identify relevant past performance examples(s) (e.g., experiences, contracts and subcontracts) which demonstrate the following: 9.4.1. The Offeror SHALL describe previous experience with open architecture, Integrated Modular Avionics (IMA), MOSA and/or FACE within the last five (5) years. 9.4.2. The Offeror SHALL describe previous experience developing data fusion, data correlation, or similar software for embedded systems. 9.4.3. The Offeror SHALL describe previous experience developing software for real-time safety-critical embedded systems. 9.4.4. The Offeror SHALL describe previous experience developing software components using machine readable data models. 9.4.5. The Offeror SHALL describe the qualifications, suitability, and availability of key personnel performing the proposed work. 9.4.6. The Offeror SHALL describe the suitability and availability of qualified facilities to perform the proposed work. Key Personnel: The Offeror agrees that key personnel whose bios are submitted for evaluation in the proposal shall not be removed from the proposed work or replaced without compliance with the following: a. If one or more of the key personnel, for any reason, becomes or is expected to become unavailable for work under this award for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the Recipient shall, subject to the concurrence of the Contracting Officer or an authorized representative, promptly replace personnel with personnel of equal ability and qualifications. b. All requests for approval of key personnel substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request must contain a resume for the proposed substitute, and any other information requested by the Contracting Officer. The Contracting Officer shall promptly notify the Recipient of approval or disapproval in writing. If the Contracting Officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the awarded work is not reasonably forthcoming or that the resultant reduction of productive effort would be so substantial as to impair successful completion of the awarded work, the Contracting Officer may terminate the contract for default or for the convenience of the Government, as appropriate, or make an equitable adjustment to the contract to compensate the Government for any resultant delay, loss or damage. 9.5 PROPOSAL VOLUME IV - Cost: The Cost Proposal Volume describes the Offeror's cost approach and understanding of the requirements in the BAA. The Offeror's Cost proposal SHALL include specific details that demonstrate the Offeror's understanding of costs. Offers should be sufficiently detailed to demonstrate their cost reasonableness and realism. The burden of proof rests with the Offeror for credibility of proposed costs. The Offeror SHALL provide any information reasonably required to explain estimating processes, methods, factors, or any assumptions or contingencies used in the proposed cost estimates. 9.5.1. Within the Cost Proposal, Offerors SHALL indicate the proposed funding instrument (e.g., TIA, FAR-based contract, OT, etc.). The cost proposal should be structured so that work in each area of development can be logically identified and separated. The Cost Proposal shall include a funding profile (a cost breakout by month), cost breakdown providing man-hours and monthly costs by task, all pricing rates used, travel and equipment and materials listings, if applicable. Subcontractor proposals, including pricing rate details, should be provided concurrent with the prime contractor's submission. Any cost share will be calculated as follows: contractor cash plus in-kind contribution divided by project value. Any resulting agreement value will exclude recipient's quote mark sunk quote mark costs of prior research as cost match. Only additional resources that will be provided by the recipient to carry out the current project will be counted. Any technical information included in the cost volume will not be considered for technical evaluation. 9.5.2. Offerors SHALL substantiate the reasonableness of the cost to the Government of the proposed tasks along with the realism of the proposed man-hours, material costs and other costs to accomplish the individual tasks and the overall effort. Proposals should support the likelihood of achieving a desirable end-state within the defined funding and schedule constraints. 9.5.3. The Offeror SHALL provide the following information as attachments to its proposal: 9.5.3.1. Supplemental Information Concerning Cost/Price of Noncommercial Technical Data (TD), Noncommercial Computer Software (CS), and Noncommercial Computer Software Documentation (CSD) a. Cost/Price Information. In addition to the submission requirement of DFARS 252.227-7017, the Offeror shall provide a list entitled quote mark Supplemental Information Concerning Cost/price of Noncommercial Technical Data (TD), Noncommercial Computer Software (CS) and Noncommercial Computer Software Documentation (CSD) quote mark (hereinafter the Supplemental 7017 Cost/Price List). This list shall be provided as an attachment to proposal. This list shall provide supplemental information concerning the noncommercial TD, CS, or CSD identified in the 7017 List, as follows: b. License Option Price Information. For each item of noncommercial TD, CS, and/or CSD that the Offeror asserts should be delivered with less than Government purpose Rights (GPR) (as defined in (DFARS 252.227-7013 quote mark Rights in Technical Data - Noncommercial Items quote mark (March 2011) and/or DFARS 252.227-7014 quote mark Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation quote mark (March 2011)), and for which the Offeror is willing to sell to the Government greater rights than those identified in the 7017 List, the Offeror shall identify those greater rights, provide an option price at which the Government may purchase such greater rights, and identify the period of time during which the option is available for the Government to exercise. c. Government Preferences. The Offeror may state any license option price as a firm fixed price, a percentage royalty rate (or use fee), or any other comparable compensation scheme, provided that the Government can reasonably calculate a sum-certain price for the license option using the price information and terms and conditions information the Offeror provided. The Government prefers that any license option prices the Offeror provides in the Supplemental 7017 Cost/Price List cover all noncommercial CS, noncommercial CSD, and noncommercial TD included in any affected software. d. Duty to Submit Negative List. If there is no supplemental information to be submitted in the Supplemental 7017 Cost/Price List, the Offeror shall submit the list and enter quote mark None quote mark as the body of the list. Failure to provide a list may render the Offeror ineligible for award. e. Use During Source Selection. Information provided in the Supplemental 7017 Cost/Price List, as well as the information provided in the 7017 List, may be used in the source selection process as part of the Government's best value analysis to evaluate the impact on the Government's ability to use, reuse or disclose the TD, CS and/or CSD for government purposes. 9.5.3.2. Supplemental Information Concerning Cost/Price of Commercial Computer Software (CS), and Commercial Computer Software Documentation (CSD), and Commercial Technical Data (TD) a. Cost/Price Information. The Offeror shall provide a list to the Government, entitled quote mark Commercial Restrictions List - Cost/Price Information quote mark (hereinafter the CRLCPI List). This list shall be provided as an attachment to proposal. The CRLCPI List shall state a license option price for all commercial CS, commercial CSD, and commercial TD on the CRL List for which the Offeror is willing to provide the Government with greater license rights than the level of rights to which the Government would otherwise be entitled. If the Offeror is willing to provide a license option, the Offeror shall identify the specific rights it is willing to grant, and the period of time during which the option is available for the Government to exercise. b. License Option Pricing. Government Preferences. The Offeror may state any license option price as a firm fixed price, a percentage royalty rate (or use rate), or any other comparable compensation scheme, provided that the Government can reasonably calculate a sum-certain price for the license option using the price information the Offeror provided. The Government prefers that any license option prices the Offeror provides in the CRLCPI List cover all commercial CS, commercial CSD, and commercial TD included in any affected software. c. Duty to Submit Negative List. If the Offeror has no Option License Pricing to provide in the CRLCPI List, the Offeror shall still submit the CRLCPI List and enter quote mark None quote mark in the body of the List. Failure to provide a list may render the Offeror ineligible for award. 9.5.3.3. Supplemental Information Concerning Cost/Price of Background Inventions a. License Option Pricing: Government Preferences. The Offeror may state any license option price as a firm fixed price, a percentage royalty rate (or use rate), or any other comparable compensation scheme, provided the Government can reasonably calculate a sum-certain price for the license using the price information provided by the Offeror. The Government prefers that any license option prices stated by the Offeror in the Background Inventions List - Cost/Price Information (BICPI List) cover all background inventions included in any affected software, and the Offeror b. Duty to Submit Negative List. If the Offeror has no Option License Pricing to provide in the BICPI List, the Offeror shall still submit the BICPI List and enter quote mark none quote mark in the body of the list. Failure to provide a list may render the Offeror ineligible for award. 9.6. PAGE LIMITATIONS: Technical Volume I is limited to a maximum of twenty (20) pages. Technical Volume III is limited to a maximum of five (5) pages. The evaluators will read only up to the maximum number of pages specified. Submission shall be limited to the number of pages specified, total inclusive of any drawings, charts, etc. Type shall be in a non-narrow font of no smaller size than ten (10) and shall be at least single spaced (applies to body text, tables, and figures). Page size shall not exceed 8 quote mark x 11 quote mark and margins shall be a minimum of 1 quote mark. Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 quote mark x 11 quote mark increments (e.g., a 11 quote mark x 17 quote mark document will count as two pages). 10. Evaluation Factors for Award The selection of one or more sources for award will be based on a scientific and/or engineering evaluation of proposals (technical and cost as it relates to technical effort) in accordance with the criteria set forth in this section. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. Each proposal will receive an adjectival rating supported by narrative. The ratings and narratives will be used to develop an order of merit listing. Proposed cost will be evaluated for realism and reasonableness. The following evaluation factors apply: 10.1. EVALUATION FACTOR I - Technical Approach and Processes The Government will evaluate the Offeror's ability to demonstrate a thorough understanding of the complete range of tasks, requirements, and goals set forth in the Topic Description and Supplemental Package. The Government will evaluate the Offeror's: 10.1.1. Approach to accomplishing the tasks and requirements set forth in the Topic Description and Supplemental Package. 10.1.2. Proposed software development process and associated tools. 10.1.3. Approach to meeting the requirements of the FACE Technical Standard for the DCFM UoP and plan for developing and providing FACE Verification Evidence. 10.2. EVALUATION FACTOR II - Technical Data and Computer Software Rights Factor In evaluating the Data Rights and Patent Rights, the Government will use information in the proposal to assess the extent to which the rights in Technical Data (TD), Computer Software (CS), Computer Software Documentation (CSD), and Inventions/Patents offered to the Government ensue unimpeded, innovative, and cost effective development, operation, maintenance, and upgrade of the DCFM UoP throughout its life cycle. Proposals will not be rated less than ACCEPTABLE on this factor solely because an Offeror does not offer a price for the Government Purpose Rights Option CLIN. However, ratings on this factor for proposals to deliver TD, CSD, or SW with less than the minimum rights specified for the Government by applicable statute (10 U.S.C. 2320) and regulation (DFARS 252.227-7013, 252.227-7014, and 252.227-7015) may be negatively impacted. For non-commercial acquisitions, these rights include: Unlimited Rights in TD (as specified in DFARS 252.227-7013(b)(1)) and CS and CSD (as specified in DFARS 252.227-7014(b)(1)); Limited Rights in TD (as specified in DFARS 252.227-7013(b)(3)); and Restricted Rights in CS (as specified in DFARS 252.227-7014(b)(3)). The minimum rights considered for TD associated with commercial item acquisitions are specified in DFARS 252.227-7015(b)(1). For commercial FACE software acquisitions, evaluation of the offered rights will assess their consistency with Federal procurement law and satisfaction of Government user needs in accordance with the policy in DFARS 227.7202-1(a). Ratings on this factor for proposals to deliver TD, CSD, or SW with more than the minimum rights specified for the Government by applicable statute and regulation may be positively impacted. 10.3. EVALUATION FACTOR III - Technical Experience and Qualifications In assessing the Offeror's past performance, the Government will evaluate the relevant past performance examples(s) (e.g., experiences, contracts and subcontracts) which demonstrate the following: 10.3.1.The Offeror's previous experience with open architecture, Integrated Modular Avionics (IMA), MOSA and/or FAE within the last five (5) years. 10.3.2. The Offeror's previous experience in successfully developing data fusion, data correlation, or similar software for embedded avionics systems. 10.3.3. The Offeror's previous experience in successfully developing software for real-time safety-critical embedded systems. 10.3.4. The Offeror's previous experience in successfully developing software using machine readable data models. 10.3.5. Qualifications, suitability, and availability of key personnel performing the proposed work. 10.3.6. Qualifications, suitability, and availability of facilities to perform the proposed work. 10.4. EVALUATION FACTOR IV - Cost 10.4.1. The Government will evaluate realism of the proposed man-hour, material, and other costs to accomplish the proposed effort (see FAR 2.101 - quote mark Definitions, quote mark Cost Realism). Costs to the Government of any required GFE/GFI of facilities will also be included in the evaluation. 10.4.2. The Government will evaluate the following costs with respect to how they impact further use of the DCFM UoP. 10.4.2.1. Supplemental Information Concerning Cost/Price of Noncommercial Technical Data (TD), Noncommercial Computer Software (CS), and Noncommercial Computer Software Documentation (CSD) 10.4.2.2. Supplemental Information Concerning Cost/Price of Commercial Computer Software (CS) and Commercial Computer Software Documentation (CSD) and Commercial Technical Data (TD) 10.4.2.3. Supplemental Information Concerning Cost/Price of Background Inventions Evaluation Factors are ranked from most important (I) to least important (IV). 11. Data Items / Deliverables All awards will require a kickoff meeting shortly after award, and delivery of the following data items/deliverables: (1) Program Management Plan, (2) Monthly Technical Status Reports, (3) Monthly Financial Status Reports, (4) Briefing Material, (5) Final Report, and (6) Computer Product Software End Item. Significant Government and Industry interaction is anticipated through scheduled reviews and informal contact measures. 11.1.Deliverable 1: Program Management Plan The plan shall include: a. Organization with points of contact and contact information which defines the direct lines of control, responsibilities, functional relationships, team structure, and authority. b. A description of all interfaces between the Recipient and the Government and between the Recipient and its subcontractors, which are pertinent to the accomplishment of the SOW. c. The negotiated SOW and a narrative description of the technical approach, methods, tools, and facilities that the Recipient will employ to accomplish the tasks. d. A detailed program schedule (WBS Level 3) depicting the schedule of events associated with accomplishing each task/milestone. Also include schedule for meetings, reviews, and data delivery. e. Expenditure plan, including estimates of labor hours, labor hour costs, materials, other direct costs, and indirect costs by task, by month, and cumulative. Contributions by Awardee shall be included and identified. The Recipient shall submit a draft plan within seven (7) days of the effective date of the agreement/contract. The Government will review the draft plan within seven (7) days and return an annotated copy to the Recipient. The Recipient shall submit a final version of the plan to the Government within seven (7) days of receiving the copy. Submission shall be furnished electronically in Microsoft Word or PDF format. 11.2. Deliverable 2: Technical Status Report The technical status report will detail technical progress to date, by task, compared to the work plan, including schedule status, and report on all problems, technical issues or major developments during the reporting period. Each report shall include: (1) procedures, analysis methods/tools, simulation and modeling methods utilized during performance of the effort, (2) a description of task products/documents and deliverables; (3) A statement of data/results/findings obtained and percentage of work completed to date, both by task and overall; (4) detailed information about all visits to Government and/or commercial entities made in connection with the contract and a brief summary of results and findings obtained there from; and (5) an assessment of all data, findings, lessons learned, and conclusions as a result of each subtask effort. Each report shall contain discussion of results and/or findings and conclusions for all opportunities, deficiencies, approaches, methodologies, techniques, practices, and design solutions developed, identified, selected, or refined within the scope of each task. Each report shall provide information regarding any airworthiness implications that would need to be addressed if the DCFM UoP were targeted for a safety-critical implementation. The technical status report will include plans for the next reporting period. The Recipient shall submit its first report 30 days after the effective date of the agreement. Subsequent reports shall be submitted every month thereafter. Submission shall be furnished electronically in Microsoft Word or PDF format. 11.3. Deliverable 3: Financial Status Report The report shall provide summarized details, in table and graph format, of the resource status of the Agreement, including the status of the contributions by the participants, and an accounting of current and cumulative expenditures and labor hours, by task, including a comparison with planned expenditures and labor hours. Any deviations of more than 10% from the Program Management Plan in schedule, resources, technical approach, or labor hours shall be explained along with discussions of the adjustment actions proposed. The Recipient shall submit its first report thirty (30) days after the effective date of the agreement. Subsequent reports shall be submitted every month thereafter. Submission shall be furnished electronically in Microsoft Word or PDF format. 11.4. Deliverable 4: Briefing Materials All meeting presentation materials and/or briefing charts that are used shall be submitted to the Government at least seven days prior to their use with appropriate markings and Distribution Statements. Submission shall be furnished electronically. 11.5. Deliverable 5: Final Report The final report shall document all results of this effort. The report shall be written in clear, concise language and in sufficient detail to give valid support to the conclusions drawn. The Recipient shall submit a final report which shall provide a detailed discussion of all technical work accomplished and information gained in performance of the Agreement, pertinent observations, nature of problems, and positive as well as negative results as applicable. The details of all technical work included shall be sufficient to permit full understanding of the techniques and procedures used in software development, conclusions reached, and recommendations made. The report shall also include a summary of the task-by-task work flow as actually performed and a summary of the schedule as actually performed. The final report shall be provided within thirty (30) days of the completion of all technical efforts. Within 30 calendar days, the Government will provide any recommended changes/revisions. The Recipient shall incorporate revisions and submit to the Agreement Administrator within 30 calendar days one electronic copy via the SAFE site in Microsoft Office format. Additionally, one paper copy and one electronic copy of the final approved report shall be submitted to the Defense Technical Information Center (DTIC) addressed to 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6218. The final report shall include a SF 298. The Grants/Agreements Officer, at the completion of the technical effort, will provide the report number and completion instructions 11.6. Deliverable 6: Computer Software Product End Item Delivery of the preliminary verification evidence should be provided at the conclusion of the FACE requirements development. The Government will review the delivered software and, within fifteen (15) days of receipt, return a list of missing or incomplete components or subcomponents and documentation, if any, as required to support laboratory integration and FACE verification. Within fifteen (15) days of receiving the list, the Recipient shall deliver the complete and corrected software to the Government. Delivery of the software for integration activities and initial verification evidence will occur four (4) months after the effective date of the agreement. The Government will review the delivered software and return a list of missing or incomplete components or subcomponents and documentation, if any, as required to support laboratory integration and FACE verification. Within fifteen (15) days of receiving the list, the Recipient shall deliver the complete and corrected software to the Government. The Government review and Recipient correction process will be repeated as required over the three (3) month Government laboratory integration effort and FACE verification activities. Delivery of the final software and final verification evidence will occur seven (7) months after the effective date of the agreement. The Government will review the delivered software and, within thirty (30) days of receipt, return a list of missing or incomplete components or subcomponents and documentation, if any, as required to support laboratory integration and FACE verification. Within fifteen (15) days of receiving the list, the Recipient shall deliver the complete and corrected software to the Government. All parts of each software submission shall be properly marked with the appropriate distribution statement(s). The software submission shall include: a. All software developed and acquired. b. All manuals, licenses, and warranties. c. All documentation needed to fully utilize/operate/test the software.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0f3bf6328eb7a5ab7e0692bc9849531)
- Record
- SN03282351-W 20140207/140205234732-b0f3bf6328eb7a5ab7e0692bc9849531 (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 |