Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

16 -- CREATE AV ASSESSMENT AND ANALYSIS - Model Contract - BAA Call for Proposals - Statement of Objectives - Contract Data Requirements List

Notice Date
7/9/2014
 
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, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
AFLCMC-BAA-08-01-04
 
Archive Date
9/6/2014
 
Point of Contact
Nicholas C. Maitland, Phone: 9372558922, Ronald F. Hill, Phone: 9372559921
 
E-Mail Address
nicholas.maitland@us.af.mil, ronald.hill@us.af.mil
(nicholas.maitland@us.af.mil, ronald.hill@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Data Requirements List (CDRLs) Statement of Objectives (SOO) This is Call 04 to the Open-Ended, Broad Agency Announcement (BAA) ASC-XR BAA-08-01 posted on 1 Aug 08. Model Contract BROAD AGENCY ANNOUNCEMENT TITLE : CREATE AV ASSESSMENT AND ANALYSIS BROAD AGENCY ANNOUNCEMENT TYPE : This is Call 04 to the Open-Ended, Broad Agency Announcement (BAA) posted on 1 Aug 08. Submit proposals not later than 22 August 2014 to the agency contacts set forth in paragraph II below. BROAD AGENCY ANNOUNCEMENT NUMBER : AFLCMC-BAA-08-01-04 I. PROGRAM DESCRIPTION: The CREATE (Computational Research and Engineering Acquisition Tools and Environments) Program was established in FY2008 by the U.S. Department of Defense (DoD) Director of Defense Research and Engineering to enable improvement of engineering processes for acquisition of major new military weapon systems. The program is being executed through the U.S. DoD HPCMP Office and includes elements that specifically target the air vehicles segment of defense acquisition. These elements are charged with the development and deployment of a set of physics-based simulation software products in response to regularly updated and prioritized stakeholder requirements that address key capability gaps. The products aim to increase the capacity and capability of the acquisition engineering workforce; reduce workloads through streamlined and more efficient engineering workflows; and minimize the need for rework due to ability for early detection of design faults and performance anomalies through virtual testing. Capability gaps identified by the CREATE Program stakeholders can be categorized into three broad classes: Conceptual Design, Design Verification, and Design Environment. Although these represent broad topic areas, strategic goals have been set and focused efforts are being sustained in order to provide what are expected to be significant, measurable and necessary benefits to the defense acquisition engineering communities of the United States. The products of these efforts include multi-disciplinary, physics-based, simulation software, and a compute environment that exploits the power and anticipated exponential growth of high performance computers. The present Call is an invitation for members of the U.S. Aircraft Manufacturing Industry to assess, through execution of validation tests, HPCMP CREATETM software products, specifically, Capstone, Helios, Kestrel, and SENTRi. A brief summary of each product is provided in the attached statement of objectives (SOO). An additional HPCMP CREATETM product of significant relevance to the U.S. Aircraft Industry is DaVinci - also summarized in the SOO, but not a subject of the present assessment activity. The present Call is also an invitation to domestic academic institutions for exploration of options for proliferation of knowledge and applications expertise in the use of HPCMP CREATETM software products, and to leverage the use of HPCMP CREATETM software products in execution of basic research to amplify positive impacts on U.S. DoD interests. Both a summary of the programs product/resources and the specific descriptions of the objectives are outlined in the statement of objectives (SOO) which accompanies this call. II. AWARD INFORMATION Within a total budget of $750,000.00, the Air Force anticipates up to SEVEN (7) awards for this announcement, but reserves the right to award all, part, or none of the proposals received and reserves the right to award grants or cooperative agreements. Of the seven awards, up to FIVE (5) will be considered for members of the U.S. Aircraft Industry and constrained to insure coverage of the U.S. Department of Defense (U.S. DoD) High Performance Computing Modernization Program (HPCMP) CREATETM software products targeted for industry assessment. In addition, up to TWO (2) awards will be considered for domestic academic institutions. These will be constrained to the exploration of options for proliferation of knowledge and applications expertise in the use of HPCMP CREATETM software products, and to leverage the use of HPCMP CREATETM software products in execution of basic research to amplify positive impacts on U.S. DoD interests. Any set of awards will not exceed the total budget of $750,000.00. Proposal Schedule (Forecast) Due Date for Proposal Submission - 22 August 2014 Offeror(s) notified of Proposal Award - September 2014 Contract Award - September 2014 All proposals must be submitted only to the Contracting Point(s) of Contact: Nicholas Maitland, Contracting Officer, AFLCMC/PZITC Ronald Hill, Contracting Officer, AFLCMC/PZITC 2275 D Street (Building 16, Rm 129) WPAFB, OH 45433-7228 Ronald.Hill@us.af.mil Nicholas.Maitland@us.af.mil Period of Performance & Funding All deliverables associated with this study/assessment must be received in accordance with the Contract Data Requirements List for CREATE AV ASSESSMENT & ANALYSIS. Offerors should scope their proposals accordingly. Overall effort: The research must be technically complete within 9 months, and all final reports must be complete within 90 days after completion of technical effort. III. ELIGIBILITY INFORMATION Classification: This effort is unclassified, however basic security requirements apply. Contractor(s) shall adhere to the requirements identified in DD Form 441, Department of Defense Security Agreement, Section 1(B), and DoD 5220.22-M, National Industrial Security Program Operating Manual, paragraph 4-100. Failure to comply with the appropriate security classification determinations and provide the appropriate protection measures must be immediately reported to the Defense Security Service (DSS). IV. PROPOSAL AND SUBMISSION INFORMATION Due Date and Time: The due date for proposals in response to this announcement is 3:00 p.m. EDT, 22 August 2014. Proposals received after the due dates shall be governed by the provisions of FAR 52.215-1(c)(3). The cost of preparing proposals in response to calls under this BAA is not considered an allowable direct charge to any resulting or any other contract; however, it may be an allowable expense to the normal bid and proposal indirect costs as specified in FAR 31.205-18. Refer to ASC-XR BAA-08-01 posted 1 August 08 for any proposal requirements and details not expressly set forth herein. All requirements of ASC-XR BAA-08-01 apply unless addressed herein. In the event of a conflict between the BAA and this Call, this Call takes priority. Offerors should be alert for any additional notices to this BAA Call that may permit extensions to the proposal submission date or otherwise modify this announcement. Proposal Instructions for Statement of Work (SOW) The technical volume shall include a non-proprietary Statement of Work (SOW) detailing the technical tasks planned to be accomplished under the proposed effort. The attached Statement of Objectives (SOO) hereto provides a discussion of the technical details requiring analysis under this call. The SOO introduces the specific objectives that must be examined. The SOO also summarizes the program. The offeror(s) proposal shall provide a Statement of Work (SOW) that clearly describes the plan in which to accomplish the SOO in sufficient detail to allow evaluation in accordance with the following criteria. If the offeror has more than one solution to discuss, a separate proposal for each is required. Proposal Instructions for Technical Proposal Proposals shall include a discussion of the nature and scope of the technical approach. Summarize both your solution and approach to the requirements described in the SOO. Describe your company's/academic institution's past experience on previous programs/projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer & Program Manager). Briefly describe the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's/academic institution's capability and experience in generating technical data, engineering drawings, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. Describe your capabilities and experience in managing hardware and software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resources allocations, scheduled tracking, risk analysis and cost management. Identify the quality assurance processes and test qualification practices your company/academic institution employs. Provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise). We may be interested in visiting your facility. Please provide a point of contact to schedule a site visit. Proposal Instructions for Price/Business Proposal The Price/Business proposal should include any exceptions to terms and conditions of the model contract. Rationale shall be provided for exceptions. The proposal shall be furnished with key activity/milestone schedules. The price shall be supported by material estimates and a man-hour breakdown by cost element and task to demonstrate price realism and reasonableness. Test range(s) may be Government or contractor supplied. Bidders should identify any Government Furnished Equipment (GFE) requirements in their proposal (ranges, targets, data recording, lead time, etc.) and the period of time of use. Offeror's shall submit their small business subcontracting plan with their proposal, if applicable. Deliverables Data Items: Contract Data Requirements List (CDRL) - See attached CDRL CDRL DID TITLE A0001 Scientific and technical report Technical Report - Final A0002 Presentation material Mid-Term Review A0003 Presentation material Bi-Weekly Conference Calls A0004 Monthly Expenditure Report Contract Funds Status Report In accordance with DFARS 227.7103-1, DoD policy is to acquire only the technical data and the rights in that data, necessary to satisfy government needs. The Government desires receiving "Unlimited Rights" to technical data developed under the contracts awarded based on proposals received in response to this call. Data rights offered other than "Unlimited Rights," as defined in DFARS 227.7103-5, should be identified in DFARS clause 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions, and addressed in the price/business section of the proposal. Offerors must identify proposal information considered proprietary by marking their proposals with restrictive language contained in FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisitions. Proprietary information shall not be included in the Statement of Work (SOW). Those offerors submitting proposals in response to this Call are advised that the Air Force intends to utilize the information provided to help reduce risk and build our acquisition strategy/request for proposal for future efforts. Proposals shall be prepared using the following guidelines: Paper Size - 8.5 x 11 inch paper Margin - 1 inch Spacing - Double Font - Times New Roman, 12 Point Number of Pages - Volume 1 (Technical/Management) is limited to no more than 15 pages. The Statement of Work (SOW) is included in the total pages. The cover page, table of contents and resumes are excluded from this page limitation. Volume 2 (cost) has no limitations. Total Copies - A total of (1) emailed electronic copy and (3) hard copies (one original and 2 copies) of both the technical and cost proposals. Per the instructions in ASC-XR-BAA-08-01, offerors are also required to submit their proposal volumes on a CD ROM in an electronic searchable test format. PDF format is acceptable. The Government will not consider pages in excess of this limitation. V. PROPOSAL REVIEW INFORMATION (ONE STEP PROCESS) Basis for Award ALL EVALUATION CRITERIA SET FORTH BELOW WILL BE USED TO EVALUATE THESE PROPOSALS IN LIEU OF THE CRITERIA SET FORTH IN THE BAA. THE AWARDEE(S) WILL BE SELECTED BASED ON BEST VALUE TO THE GOVERNMENT WITH ALL THREE FACTORS FIGURED IN. Evaluation criteria: The selection of one or more offeror(s) for award will be based on an evaluation of each offeror's proposal (technical, risk, and price) to determine the overall merit of the proposal in response to the call. The following evaluation criteria will be used to evaluate each proposal. Award will be made to the offeror(s) whose proposal is technically acceptable and proposes the combination most advantageous to the Government based upon an integrated assessment of the evaluation criteria. 1. Technical Overall Technical Merits - The technical aspect, which is ranked higher than the risk and price aspects, shall be evaluated based on the following technical criteria in descending order of importance: (a) The proposal demonstrates sound technical approach and demonstrates the experience in use of similar tools during the design and building of a major US military aircraft. For academia, the proposal demonstrates sound technical and administrative approaches for exploration of the academic use cases identified in the SOO. (b) The proposed Statement of Work (SOW) is clear, well organized and demonstrates that the offeror understands the scope of the technical work. (c) The proposal must demonstrate that the offeror has experience with the design and manufacture of advanced US military aircraft. For academia, the proposal must demonstrate that the offeror has experience in the use of physics-based simulation software as part of undergraduate and graduate education and research. (d) Maturity of Solution - The proposal demonstrates a solution with technical merit and is highly relevant to Air Force needs to assess the CREATE AV suite of software from the perspective of a major US DoD military aircraft manufacturer. For academia, a history of producing graduates that have gone on to careers within the research and engineering organizations of the U.S. DoD. (e) Related Experience - The proposal must demonstrate that competent and experienced engineering, scientific and technical personnel are available to support the program and that necessary software design and testing facilities are available. For academia, the proposal must demonstrate that qualified faculty are available to execute the work and that they have sufficient access to the contracting and legal resources of the university to be successful.. 2. Proposal Risk Assessment Proposal risk, which is ranked higher than price, will be assessed using the technical evaluation criteria. Proposal risk relates to the identification and assessment of the risks associated with an offeror(s) proposed solution to accomplishing the Statement of Objectives (SOO). Tradeoffs of the assessed risk will be weighed against the potential payoff. 3. Price The offeror's price proposal will be evaluated to assess reasonableness and realism of the proposed effort, including best value to the Government. Review and Selection Process: Categories -The technical and cost proposals will be evaluated at the same time and categorized as follows: Category I: Proposal is well conceived, analytically 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 determined to be acceptable, but will be recommended for award based upon availability of funds. They are normally displaced only by other Category I proposals. Category II: Proposal is analytically or technically sound, but requires further development, and may be recommended for award based upon availability of funds, but at a lower priority than Category I. Category III: Proposal is not technically sound or does not meet agency needs and will not be awarded a contract. No other evaluation criteria will be used. The Air Force reserves the right to select for award of a contract any, all, part or none of the proposal(s) received. VI. AWARD ADMINISTRATION INFORMATION Offerors will be notified whether their proposal is recommended/not recommended for award by letter or e-mail upon conclusion of the technical evaluation. Additional communication may follow if required to finalize the contract. VII. AGENCY CONTACTS Technical POC(s): Primary: Major Maribel Harmon, USAF AFMC AFLCMC/XZE 2303 8th St. Wright-Patterson AFB, OH 45433 maribel.harmon@us.af.mil P:937-656-8729 Alternate: Brandon Smith, USAF AFMC AFLCMC/XZE 2303 8th St. Wright-Patterson AFB, OH 45430 Brandon.smith.91@us.af.mil P: 937-656-8726 Contracting POC(s): Ronald Hill, Contracting Officer Nicholas Maitland, Contract Officer AFLCMC/PZITC 2275 D Street (Building 16, Room 129) WPAFB OH 45433-7228 Ronald.Hill@us.af.mil P:937-255-5836 Nicholas.Maitland@us.af.mil P:937-255-8922 To avoid any delay, address any contracting questions via email to both Ronald Hill and Nicholas Maitland. VIII. OTHER INFORMATION Wide Area Work Flow (WAWF): NOTICE: Any contract award resulting from any current ASC/XR (formerly) call/solicitation will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Information regarding WAWF-Receipt and Acceptance (RA), including the web-based training and registration, can be found at https://wawf.eb.mil. Government Support Contractors: Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process proposals, monitor contract performance, or perform other administrative duties requiring access to other contractors' proprietary information. These support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors. Please review the "Proposal Content Checklist" of Section VIII, paragraph 3 of ASC-XR BAA-08-01. All instructions referenced there apply to this Call except paragraph IV.2.b.ii(3), which is superseded by this Call. You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date. Offerors that anticipate submitting a proposal are requested to submit an email to Ronald.Hill@wpafb.af.mil and Nicholas.Maitland@wpafb.af.mil, containing the name of the contractor, the POC, and the contractor's intent to submit a proposal. This "Intent to Propose" is requested no later than 10 working days prior to date of proposal submittal. Failure to email notice does not preclude an offeror from proposing within the designated time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/AFLCMC-BAA-08-01-04/listing.html)
 
Record
SN03419243-W 20140711/140710023044-6584ad858c3caf48c80a83769e80bfc9 (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.