MODIFICATION
18 -- CALL 003 BAA-RVKV-2014-0005 NSET - Solicitation 1
- Notice Date
- 5/16/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
- ZIP Code
- 87117
- Solicitation Number
- FA9453-17-S-0004-NSET
- Point of Contact
- Francis M. Eggert, Phone: 5058467603, Michael LaBerge, Phone: 505-846-0946
- E-Mail Address
-
Francis.Eggert@us.af.mil, Michael.La_Berge@us.af.mil
(Francis.Eggert@us.af.mil, Michael.La_Berge@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Atch 8 to CALL 003 - PCO Provided LINKs to Fed Biz Ops Posting dtd 15 May 18 Atch 7 to CALL 003 - AMRDEC Instructions Proposal Submission dtd 13 Mar 18 Atch 6 to CALL 003 - Amendment # 4 to BAA-RVKV-2014-0005 dtd 15 May 18 Atch 5 to CALL 003 - DRAFT DD Form 254 dtd 14 Feb 18 Atch 4 to CALL 003 - Reps & Certs Atch 3 to CALL 003 - CDRLs NSET dtd 23 Apr 18 Atch 2 to CALL 003 - Cost Proposal Instructions (NON-APC) dtd 19 Oct 16 Atch 1 to CALL 003 - Data Assertions PROVISION dtd 31 Jan 18 CALL 003 Announcement to BAA-RVKV-2014-0005 dated 15 May 18 NOTE! This Amendment # 1 to this Sources Sought provides Offerors the "Opportunities" and links of where to find CALL 003 BAA-RVKV-2014-0005 NSET Fed Biz Opps Postings, which was posted on 15 May 18. SUSPENSE: Proposals are due on 2 July 2018 Not Later Than 1500 hours via AMRDEC and the mails. Also, I am attaching the Announcement CALL 003 and ALL attachments that apply. Please contact Dr. Starks and Ms. Jenny Sanchez immediately to gain Technical insight as to what is expected for this CALL. 1. CALL 003 posted 15 May 18 Link on "Opportunities" = Key Word "CALL 003": Note! You must "Copy and Paste" this LINK. https://www.fbo.gov/index.php?s=opportunity&mode=form&id=7054c5b24a3320605b8020ed14515b38&tab=core&_cview=1 Solicitation Number: BAA-RVKV-2014-0005 Notice Type: Special Notice Synopsis: Added: Sep 30, 2015 1:58 pm Modified: May 15, 2018 5:59 pm Track Changes 15 May 18 - CALL 003 to BAA-RVKV-2014-0005 (NAICS Code: 541715) BROAD AGENCY ANNOUNCEMENT TO FULL TEXT BAA-RVKV-2014-0005 Original: 9 April 2014; and Amendment # 3: 11 April 2018 and as updated by Amendment # 4: 15 May 18 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL 003 ANNOUNCEMENT TO BAA-RVKV-2014-0005 (NOTE! PLEASE READ!) See Solicitation # 1 on the Right hand side with all Attachments for CALL 003 with 8 Attachments. 2. FULL TEXT Updated to BAA-RVKV-2014-0005 = Key Word using "CALL 003": Note! You must "Copy and Paste" this LINK. https://www.fbo.gov/index.php?s=opportunity&mode=form&id=0d0580a933bc03d885298f4fe8ccf2fa&tab=core&_cview=1 Added: May 15, 2018 5:40 pm AMENDMENT #04 TO THE FULL TEXT BROAD AGENCY ANNOUNCEMENT (BAA) BAA-RVKV-2014-0005 Air Force Research Laboratory Space Vehicles Directorate Original: 9 April 2014; and Updated Amendment # 2: 14 March 2017 Revised & Updated: Amendment # 3, dated 11 April 2018 and updated by Amendment # 04 dated 15 May 18 SEE SOLICITATION # 10 DATED 15 May 18 Attachments. Right hand side. 3. Here is the CALL 003 "Cut and Pasted". BROAD AGENCY ANNOUNCEMENT TO FULL TEXT BAA-RVKV-2014-0005 Original: 9 April 2014; and Amendment # 3: 11 April 2018 and as updated by Amendment # 4: 15 May 18 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL 003 ANNOUNCEMENT to BAA-RVKV-2014-0005 (NOTE! PLEASE READ!) BROAD AGENCY ANNOUNCEMENT TITLE : Research Interests of the Space Weather Center of Excellence - Kirtland BROAD AGENCY ANNOUNCEMENT NUMBER : BAA-RVKV-2014-0005 PROPOSAL CALL ANNOUNCEMENT (CALL) TITLE : Primary Topic Area, 1 - Solar, Solar Wind, Radiation Belt, and Ionospheric Effects; Potential Secondary Topic Areas, 2 - Thermosphere and Satellite Drag and the Reentry Environment and 3 - Plasma Physics and Chemistry PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER : 003 (See Full Text Announcement BAA-RVKV-2014-0005 posted 9 April 2014, amended on 11 April 2018 and any other revisions, updates, or amendments thereafter ) (NAICS Code: 541715) TECHNICAL POINT OF CONTACT : The Primary technical point of contact for this CALL is Ms. Jenny Sanchez, AFRL/RVBXB, Kirtland AFB, NM, Phone 505-853-3666, Email: jenny.sanchez.5@us.af.mil and Secondary technical point of contact is: Dr. Michael J. Starks, Phone: 505-846-5881; Email: michael.starks@us.af.mil CONTRACTING POINTS OF CONTACT FOR THIS CALL : The contracting points of contact for this CALL are: Contract Specialist: Mr. Michael LaBerge, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone: 505-846-0946, Email: michael.la_berge@us.af.mil, Contracting Officer: Mr. Francis M. Eggert, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone: 505-846-7603, Email: Francis.Eggert@us.af.mil T his CALL is specifically requesting potential Offeror(s) to provide interdisciplinary, integrated proposals addressing Topic 1 below: •I. Topic 1: Topic Area 1 - Solar, Solar Wind, Radiation Belt, and Ionospheric Effects From the BAA FULL TEXT Announcement (Section 3 a): The objectives for the Solar and Solar Wind Effects research effort are to (1) provide improved solar models... (2) develop and improve space- and ground-based solar and heliospheric instrumentation and data products. Particular [Radiation Belt] topics of interest are 1) Energetic Particle Specification and Forecast Models... 2) Spacecraft-Plasma Interactions... 3) Spacecraft environmental effect design aids... 4) Space Particle Detectors. Ionospheric research... general areas of effort include: (1) research into ionosphere and thermosphere coupling... (2) research into the stability of the equatorial, subauroral, auroral, and polar ionosphere... (3) space environment impacts on positioning, navigation, timing, and communication systems and radars; (4) improved high frequency (HF) GeoLocation capabilities; (5) the causes of electromagnetic interference on RF systems; and (6) data collection, analysis, and data archiving supporting the technical efforts. Note, as required to achieve the Government's Statement of Objectives, the primary focus is on the scientific and technological gains in Topic Area 1 from the BAA-RVKV-2014-0005, FULL TEXT (see below). However, proposals MAY address other tasks within Topic Area 2 and 3. These additional Topic Areas are: •II. Topic 2: Topic Area 2 - Thermosphere and Satellite Drag and the Reentry Environment From the BAA FULL TEXT Announcement: (Section 3b): Relevant research activities in this area include 1) quantifying the energy input into the thermosphere... 2) developing empirical, physics-based, and data assimilative methods for global specification and forecast of the thermosphere/ionosphere system; 3) developing satellite- and ground-based instrumentation for sensing the neutral and ionized upper atmosphere; 4) predictive modeling of space weather conditions and events impacting the thermosphere/ionosphere system; and 4) developing an orbital propagator and orbital drag error estimator. •III. Topic 3: Topic Area 3 - Plasma Physics and Chemistry From the BAA FULL TEXT Announcement (Section 3c): Research areas of particular interest include theoretical and computational modeling of natural and man-made ionospheric perturbations...; development of coherent radar systems for ionospheric sensing and measurement in the HF - VHF range...; high-resolution array-based HF imaging of ionospheric structure...; development of ionospheric modification technologies and delivery systems...; compact modular low-power HF ionospheric sounding systems...; and theoretical and numerical modeling of kinetic and plasma processes. This effort outlined by this CALL does not represent separate, discipline scientific and engineering activities. The Government's existing and planned contracts and in-house research teams have produced and continue to produce substantial discipline knowledge and technologies. The objectives of this effort relate to the interdisciplinary development and integration of those products and products of the greater research community leading to innovative new space environment awareness, mitigation and exploitation capabilities for the joint warfighter. In such a body of work, the various research activities are expected to be tightly coupled, with requirements from one aspect driving scientific investigation of another, with the combined results feeding into novel technologies. These new capabilities must be cost-effective, and new ideas that build on existing capabilities and investments will likely prove advantageous. The Offeror has to achieve this objective by integrating and coordinating, simultaneous activity in several interrelated areas, including the research, development and evaluation of advanced techniques for the sensing, collection, transport, processing, and storage of terrestrial and space system geophysical data needed to support novel capabilities, including the planning, scheduling and evaluation of collection schemes. Such efforts should advance the Government's existing techniques, as well as enable new capabilities, and must specifically include the exploitation of the complex AFRL Demonstrations and Science Experiments, Very Low Frequency and Particle Mapper, ESPA-Augmented GEO Laboratory Experiment, and other upcoming space missions addressing elements of the space environment, including operational systems such as COSMIC-2. These missions are designed to exercise and mature sensors capable of measuring the energetic charged particle environment, with particular emphasis on calibration, miniaturization and extension to multiple phenomenologies beyond the space environment. They will operate in concert with ground sensors intended to enable the next-generation of space environment specification and forecast, including magnetometer or variometer systems, passive ionospheric sensors, enhanced sounders, RF beacons or transponders, and ground receivers. Using such data sets obtained from space-based sensors operating in concert with ground-based sensors, the effort will conduct research, development, design and evaluation of integrated space environment modeling techniques that exploit multiple measurement platforms, phenomena and environmental domains to provide integrated, statistical predictions and specifications needed to support next-generation capabilities for next-generation system operation and design. The efforts should advance the Government's prediction and specification ability for the environment, interact where appropriate to enhance non-environmental specifications and prediction capabilities, as well as provide new capabilities. Specific target applications for development and/or insertion of new capability include AFRL's Electron and Proton Standard Plasma Model #9 (AE9/AP9/SPM) radiation belt climatology, the NASA/Air Force Spacecraft Charging Analysis Program (Nascap-2k) spacecraft charging assessment tool, a Standard Space Environment Workbench, assimilative outer zone electron and solar proton cutoff models, multi-data type scintillation model, total electron content, global and regional total electron content and bottom-side ionospheric specification, ionospheric irregularity structure models, wave structure models, solar Ultraviolet/Extreme Ultraviolet (UV/EUV) and radio frequency (RF) specification models, flare prediction models, predictive solar magnetic field and solar wind models, the Air Force Coverage Analysis Program, scintillation climatologies, and wave-particle interaction simulations. The combined sensing and modeling products will be refined, extended and validated through laboratory experiments with ionospheric, thermospheric, magnetospheric and heliospheric applicability, to include basic and applied research project tailoring and execution; the design, test, prototyping and demonstration of novel space environment monitoring and observing systems; the design, test, prototyping and demonstration of novel space environment mitigation and exploitation technologies; fundamental and applied space environment chemistry experiments, including in the field; and the study of space plasma dynamics, material aging and characterization, component qualification, and spacecraft charging. The integrated sensing and modeling techniques should be driven and exercised by next generation space environment impact prediction, visualization and attribution technologies that combine, as appropriate, solar, solar wind, magnetosphere and ionosphere observational data, integrated environmental models, and engineering data to provide enhanced awareness, predictive capabilities, and mitigation and exploitation courses of action. This research, development, design, and evaluation effort should enhance the Government's existing space system awareness and planning capabilities, as well as enable new capabilities. These new technologies must in turn consider compatibility and interoperability with the larger Air Force toolset for planning, situational awareness and command and control. Specific types of impacts include upsets, degradation or interference to space vehicles or their payloads and radio frequency systems, including but not limited to communication and surveillance applications. Gains over the current state-of-practice at this end of the utility chain are the ultimate goal of this work. The Government's objective in this effort is to build upon the current state of the art by specifying and predicting the space environment, expand where necessary the current state of the science, and ultimately to advance the Air Force's operational capabilities to predict, specify, mitigate and exploit the space environment. In particular, this effort will perform cross-disciplinary research and development to integrate models, data and tools across the solar, heliosphere, magnetosphere, thermosphere and ionosphere domains to meet Air Force needs, including the investigation, design and evaluation of new measurement, modeling, mitigation and exploitation techniques and tools, and the definition of interfaces for those capabilities to the larger Air Force toolset. These interfaces will demand consideration early in the development cycle of interoperability and information assurance equities. The results of this work will be captured in reports and data sets key to advancing the Government's science and technology efforts in this area and leading to transition of new capabilities into DoD operations. The integrated, cross-disciplinary and tightly-coupled nature of these efforts is likely to require and encourage teaming between offerors in order to meet the Government's requirement. Responsive offerors will demonstrate depth of knowledge in and breadth of knowledge across the relevant discipline areas, experience in integrating research across those disciplines, and experience in the development of advanced technology from those integrated results, as evidenced by past projects. Professional software development capability and experience are also required, as is experience with space environment sensor design, data handling, processing and analysis of results from space flight experiments. Given the inherent uncertainties in research and development and, in particular, the type of integrated effort described here, the Government fully expects that various approaches and efforts will advance at different rates, or fail to advance in the manner originally envisioned. It is further recognized that by the nature of any Research and Development effort, work attempted to include this requirement, could change and or advance through new discoveries or by the use of differing methodologies to arrive at an acceptable and usable solution. Additionally, be advised that through the advancement and new directions of the work encountered, additional work, time and funding may be utilized to continue and mature the research and development of this requirement to a level where it is acceptable and functional to the Air Force Research Laboratory and the Government. It is anticipated that substantial Government-contractor communication and flexibility will be needed to fully achieve the goals of this effort, and that specific objectives or tasks may require alteration, extension or elimination as the state of the art advances. ANTICIPATED FUNDING : Anticipated funding for this CALL is: FY 18: $4.07M; FY 19: $8.15M; FY 20: $7.74M; FY 21: $5.12M; FY22: $4.58 and FY23: $3.85M. TOTAL= $33.5M This funding profile is an estimate only and will not be a contractual obligation for funding. The Government reserves the right to select for award to a responsible offeror(s) and Contractor(s) that meet ALL of the technical objectives or the government reserves the right not award to any of the proposals that are received in response to this CALL, subject to the availability of funds. All funding is subject to change due to government discretion and availability of funds. Efforts undertaken within the above scope may take the form of basic research, applied research, or advanced technology development, depending on the maturity of the underlying science and technology. These efforts may also include prototyping in concert with other DoD entities, or research and development intended to improve capability, sustainability or maintainability of fielded systems. Accordingly, elements of this effort may be supported by a mixture of 3600 funding as appropriate for each activity pursuant to the FAR, DFARS, Regulations, Fiscal Law, and the Availability of Funds prior to any potential award. PERIOD OF PERFORMANCE : The anticipated period of performance for award resulting from this CALL is expected to be 63 total months. The period of performance is to be proposed in the format "includes 60 months for technical effort and 3 months for a Guaranteed Final Report preparation." Anticipated contract CLIN structure is as shown below: (1) CLIN 0001: Wave-Particle Interactions, Applied Research ; POP: 60 Months (2) CLIN 0002: Space System Survivability, Basic and Applied Research ; POP: 60 Months (3) CLIN 0003: Space System Survivability, Advanced Technology and Component Development, Prototypes, and Operational System Development ; POP: 60 Months (4) CLIN 0004: Space Environment Exploitation and Mitigation, Basic and Applied Research ; POP: 60 Months (5) CLIN 0005: Space Environment Exploitation and Mitigation, Advanced Technology and Component Development, Prototypes, and Operational System Development; POP: 60 Months (6) CLIN 0006: Data and Reports, Monthly and Annual, concurrent with the effort, and Final report; POP: 3 Months PROPOSAL DUE DATE AND TIME : The due date for proposals submitted in response to this CALL is no later than 1500 hours Mountain Standard Time (MST) 2 July 2018. Proposals for any other technology area identified in the baseline Broad Agency Announcement (BAA) will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c)(3), Submission, Modification, Revisions, and Withdrawal of Proposals. CALL AMENDMENTS : Offerors should monitor FedBizOps/EPS http://www.fbo.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. ANTICIPATED TYPE OF CONTRACTS : The Air Force anticipates awarding either a Cost or Cost Plus Fixed Fee pursuant to FAR Subpart 16.3, Cost-Reimbursement Contracts, and FAR 16.301-3, Limitations, the contract as a result of this CALL, but also reserves the right to award the instrument best suited to the nature of research proposed. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. ANTICIPATED NUMBER OF AWARDS : The Air Force anticipates awarding one or more contracts. However, the Air Force does reserve the right to make single, multiple, or no awards pursuant to this CALL. ANTICIPATED AWARD DATE : Expected award dates are anticipated during the period from : 1 Quarter of FY19 to the 3 rd Quarter of FY19. INTENT TO PROPOSE : Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. NOTE! Offerors may be ineligible for award if ALL requirements of this announcement are not met by the proposal due date and time. DELIVERABLES ITEMS : •1. Monthly Status Report (A001 CDRL) •2. Annual Technical Reports (A002 CDRL) •3. Final Report (A003 CDRL) OTHER RELEVANT INFORMATION : 1. Reference BAA-RVKV-2014-0005, Section IV, Eligibility Information, paragraph 3, concerning Federally Funded Research and Development Centers. 2. Security Requirement : It is anticipated that many elements of this effort will be performed at an UNCLASSIFIED / FOR OFFICIAL USE ONLY level. It is also anticipated that some elements of this effort will require access to and processing of classified information to include SECRET/NOFORN level depending on the application and/or solution, requiring a DD Form 254. Applicability to a given award will depend on the negotiated work. 3. Export Control : Research areas may or may not involve technology that is subject to U.S. Export Control Laws. If export-controlled technical data is generated OR is required for the performance of the contract, then ONLY OFFERORS that are certified by the Defense Logistics Information Service (DLIS) will be permitted to submit proposals. Also, DFARS 252.225-7048, Export Controlled Items (June 2013), is incorporated into this announcement and any contracts resulting from this announcement, Again, therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS)/ Joint Certification Program (JCP) may submit proposals. For questions, contact: Joint Certification Program (JCP) U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: (800) 352-3572 E-mail: JCP-Admin@DLA.MIL https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx (replaces previous link provided in BAA-RVKV-2014-0001 Full Text) http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/FAQ.aspx 4. Foreign Nationals : The Contractor is expected to generate or require access to export controlled items. It is anticipated that foreign participation will not be permitted. Foreign Nationals (also known as Foreign Persons) as defined by 22 CFR 120.16 means any natural person who is not a lawful permanent resident as defined by 8 U.S.C. § 1101(a)(20) or who is not a protected individual as defined by 8 U.S.C. § 1324b(a)(3). It also means any foreign corporation, business association, partnership, trust, society or any other entity or group that is not incorporated or organized to do business in the United States, as well as international organizations, foreign governments and any agency or subdivision of foreign governments (e.g., diplomatic missions). "Lawfully admitted for permanent residence" means the status of having been lawfully accorded the privilege of residing permanently in the United States as an immigrant in accordance with the immigration laws, such status not having changed. "Protected individual'' means an individual who (A) is a citizen or national of the United States, or (B) is an alien who is lawfully admitted for permanent residence, is granted the status of an alien lawfully admitted for temporary residence under 8 U.S.C. § 1160(a) or 8 U.S.C. § 1255a(a)(1), is admitted as a refugee under 8 U.S.C. § 1157, or is granted asylum under Section 8 U.S.C. § 1158; but does not include (i) an alien who fails to apply for naturalization within six months of the date the alien first becomes eligible (by virtue of period of lawful permanent residence) to apply for naturalization or, if later, within six months after November 6, 1986, and (ii) an alien who has applied on a timely basis, but has not been naturalized as a citizen within 2 years after the date of the application, unless the alien can establish that the alien is actively pursuing naturalization, except that time consumed in the Service's processing the application shall not be counted toward the 2-year period. 5. Government Furnished Property (GFP) and Government Furnished Information (GFI) : GFP and GFI are not be required in order to provide a complete and acceptable proposal. Any potential GFP or GFI would be provided upon written request to the contracting officer from the offeror after contract award. 6. Base Support : The Government is expecting to be providing base support for this effort at the initial award, as some elements of work will occur on Kirtland Air Force Base. Contractors will require access to AFRL laboratories and equipment in building 570 on Kirtland AFB, NM, including but not limited to the Spacecraft Charging and Instrument Calibration Laboratory, the Space and Plasma Chemistry Laboratories, and the Field Deployment Workshop. Office space for some contractor staff will be required to support on-site laboratory and analysis efforts as well as functions requiring access to Secret facilities. The Contracting Officer will have to provide CAC Cards IAW Air Force FAR Clause 5352.242-9001, CACs for Contractor Personnel, and will report to AFRL/RVBX. 7. Cost Proposal Instructions : see Attachment #2 9. FAR Representations and Certifications must be completed and submitted with the proposal per attachment #4 10. Or ganizational Conflict of Interest (OCI) : OCI may apply to this action but cannot be determined prior to issuance of this announcement. FAR Subpart 9.5, and Team Arrangements, FAR Subpart 9.6: All offerors shall provide a written statement whether or not OCI and or Team Arrangements applies when submitting a proposal; otherwise, the offerors' proposal shall be considered "NON-RESPONSIVE" to this CALL solicitation. If the offerors states that OCI and or Team Arrangement applies, then the offeror shall submit a Mitigation Plan (for OCI) with their proposal in accordance with FAR 9.505, General rules. All items within FAR Subpart 9.5 and Subpart 9.6 apply. OCI or Team Arrangements may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. 11. Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR Clause 52.222-54, "Employment Eligibility Verification (Oct 2015)," is hereby incorporated by reference in this CALL. Any contract awarded as a result of this BAA that is above the Simplified Acquisition Threshold, and contains a period of performance greater than 120 days, shall include this clause. This clause requires contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award. 12. Wide Area Workflow Notice: Any contract or award resulting from this announcement must comply with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, which requires electronic submission of all payment requests. The Department of Defense adopted the Wide Area Workflow (WAWF) system as the electronic format for submission of payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF for invoicing and receipt/acceptance and will provide coding instructions applicable to the contract. Contractors are encouraged to take advantage of available training, both web-based and through their organization's cognizant Defense Contract Management Agency (DCMA) office, and to register in the WAWF system. Information regarding WAWF, including the web-based training and registration, can be found at https://wawf.eb.mil/. 13. Item Identification and Valuation: Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Unique Identification and Valuation, 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. The contract will also include DFARS 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry IAW the clause. 14. Forward Pricing Rate Agreements or Payroll Direct Labor Rates and DCMA or DCAA information: Offerors who have forward pricing rate agreements (FPRAs) and forward pricing rate recommendations (FPRRs) or Payroll Direct labor rates as well as DCMA or DCAA rate and audit information should submit them with their proposal. 15. Excessive Pass-Through Charges: Any contract award resulting from this announcement may contain the clause at FAR 52.215-22, Limitations on Pass-Through Charges - Identification of Subcontract Effort, and FAR 52.215-23 Alt I, Limitations onPass-Through Charges. The offeror shall identify in its proposal the total cost of the work to be performed by the offeror and the total cost of the work to be performed by each subcontractor under the contract, task order, or delivery order. If the offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the contract, task order, or delivery order, the offeror shall identify in its proposal: (i) The amount of the offeror's indirect costs and profit/fee applicable to the work to be performed by the subcontractor(s); and (ii) A description of the added value provided by the offeror as related to the work to be performed by the subcontractor(s). If any subcontractor proposed under the contract, task order, or delivery order intends to subcontract to a lower-tier subcontractor more than 70 percent of the total cost of work to be performed under its subcontract, the offeror shall identify in its proposal: (i) The amount of the subcontractor's indirect costs and profit/fee applicable to the work to be performed by the lower-tier subcontractor(s); and (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the lower-tier subcontractor(s). 16. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for sharing 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. 17. Post-Award Small Business Program Re-representation: As prescribed in FAR 19.308, FAR Clause 52.219-28, Post-Award Small Business Program Re-representation, is incorporated by reference in this announcement. This clause will be contained in any contracts resulting from this announcement. This clause requires a contractor to represent its size status when certain conditions app ly. The clause provides details on when the representation must be complete and what the contractor must do when a representation is required. 18. Subcontracting Plans: Small Business Subcontracting Plans are required for efforts anticipated to exceed $700,000, in accordance with FAR 19.702, Statutory Requirements. The Small Business Subcontracting Plan must meet ALL 15 criteria elements. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704, Subcontracting Plan Requirements, DFARS 219.704, Subcontracting Plan Requirements, and AFFARS 5319.704, Subcontracting Plan Requirements. Small businesses are exempt from this requirement. If a company has a master subcontracting plan, as described in FAR 19.701, Definitions, or a comprehensive subcontracting plan, as described in DFARS 219.702, Statutory Requirements, a copy of the plan shall be submitted with the proposal. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. For proposed Subcontracting Plans that are below the DoD goals (https://www.sba.gov/document/support--agency-contracting-goals), the offeror shall provide additional information which demonstrates how it intends to provide meaningful subcontracting opportunities and rationale as to why the goals were not attainable. In accordance with FAR 19.702, Statutory Requirements. If the apparent successful offeror fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offeror will be ineligible for award. APPLICABILITY OF BASELINE BAA : All requirements of BAA-RVKV-2014-0005 apply unless specifically amended and addressed in this CALL. Any discrepancies shall be brought to the contracting officer's attention immediately in writing. For complete information regarding BAA-RVKV-2014-0005, refer to the initial BAA AND REVISED AND UPDATED (Original posted to FEDBIZOPPS on 9 April 2014 with revised and updated on 11 April 2018 and any other amendments.) It contains information applicable to all CALLs issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the "Contracting Points of Contact" identified on page 1. PROPOSAL/APPLICATION AND SUBMISSION INFORMATION : •(1) Proposal Instructions: Please prepare your cost proposal in accordance with (IAW) Attachment #2 as well as your Statement of Work (SOW) IAW MIL-HDBK-245D, dated 3 April 1996. "DoD Handbook for Preparation of Statement of Work". Please submit a Management (Business), Technical, and Cost Proposals IAW instructions provided in paragraph VI, Proposal & Application and Submission Information of the Baseline BAA-RVKV-2014-0005 on FedBizOpps. Proposals may be submitted by Not Later Than 1500 hours Mountain Standard Time (MST) by 2 July 2018. •a. Electronically by means of the US Army's Space and Missile Center's AMRDEC Secure Access File Exchange, (SAFE) utility at https://safe.amrdec.army.mil/safe/. It is the proposer's responsibility to upload the complete proposal via this site with sufficient time to verify the safe arrival. Acknowledgement will be made by an email receipt from the contracting office or their representative. NOTE! See the attached instructions for submitting your proposals electronically. Also, note, that these proposals stay inside of the SAFE utility for a limited time. AND, FOLLOWED BY HARD COPIES, PER PARAGRAPH b BELOW: •b. By sending TWO (2) hardcopies of the proposal with an Electronic copy of the proposal on either a compact disk (CD-R) or a DVD which shall be in a standard format such as PDF, Microsoft Word, Microsoft Excel or other Microsoft Office compatible documents. Send the cost proposal to the following address: AFRL/RVKVB (General Mail Room) Attn: Mr. Francis M. Eggert, Contracting Officer 3550 Aberdeen Ave., SE (Bldg 570, Suite: 1160) Kirtland AFB, NM 87117-5776 Proposal will be accepted at 1500 hours Mountain Standard Time (MST) by 2 July 2018. Please note, allow enough time to mail handler's to get through security and receive documents by the required due date and time. Currently the US Mail has been delayed 1-3 days due to staffing, we highly recommend using FedEx, UPS or other expeditious means. Also, it is the Offeror's responsibility to ensure that their proposal's arrive by the due date and time. •(2) Proposal Preparation Requirements: Note! Each proposal shall submit their proposal under Topic 1 - Solar, Solar Wind, Radiation Belts, and Ionospheric Effects, even if that proposal contains addresses other tasks in the other Topic Areas. The primary focus of this CALL is Topic 1. Other Proposal Preparation Factors The following Other Proposal Preparation is offered as a recommended format for evaluation needs. This section addresses other considerations and requirements or further explains proposal requirements. •(1) Eligibility Requirements : Proposals must be: 1) signed by an individual who is authorized to commit the Proposing Organization; and 2) must commit the offeror Organization to comply with the terms and conditions of the award, if awarded. (Principal Investigators are not generally authorized to act for their institutions), in addition to the Eligibility Information found in the Full Text BAA-RVKV-2014-0005, Section IV, items 1 through 6. •(2) Proprietary Proposal Information : Note! The data bearing restrictions may be subject to release under the provisions of the Freedom of Information Act (FOIA), if the funding agencies or a court determines that the material so marked is not exempt under the FOIA. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. The offeror may request that proprietary information not be disclosed to non-Government reviewers. Such information should be clearly marked and separable, so that the information may be removed prior to submitting the proposal for review. 7 ATTACHMENTS: •1. Data Assertions Call 003 •2. Cost Proposal Instructions Call 003 •3. CDRLs Call 003 •4. Representations and Certifications (Section K) •5. DD Form 254, Contract Security Classification Specification Call 003 •6. BAA RVKV-2014-0005 Full Text AMREC Instruction for Proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/FA9453-17-S-0004-NSET/listing.html)
- Place of Performance
- Address: This is the physical mailing address: AFRL/RVKVB; Attn: Mr. Francis M. Eggert and Mr. Mike LeBerge; Building 570; Suite: 1160; 3550 Aberdeen Ave; Kirtland AFB NM 87117, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN04925077-W 20180518/180516231149-edc7176e6bb2f662634944ef75178375 (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 |