|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1995 PSA#1270R&D Contracting Directorate, Wright-Patterson AFB OH 45433-7607 A -- ENGINE SUPPLIER BASE INITIATIVE - PART 2 OF 2 SOL PRDA 95-05-MLKT
POC Contract Negotiator, Lori J. Shirdon, 513-255-3506, Contracting
Officer, Douglas E. Harris, 513-255-3506. D--PROPOSAL PREPARATION
INSTRUCTIONS: (1) General Instructions: Offerors should apply the
restrictive notice prescribed in the provision at FAR 52.215-12,
Restriction on Disclosure and Use of Data, to trade secrets or
privileged commercial and financial information contained in their
proposals. Proposal questions should be directed to one of the points
of contact listed elsewhere herein. Offerors should consider
instructions contained in the ''WL PRDA and BAA Guide for Industry''
referenced in Section A of this announcement. Technical and cost
proposals, submitted in separate volumes, are required and must be
valid for 180 days. Proposals must reference the above PRDA number.
Proposals shall be submitted in an original and eight copies. All
responsible sources may submit a proposal which shall be considered
against the criteria set forth herein. Offerors are advised that only
contracting officers are legally authorized to contractually bind or
otherwise commit the government. (2) Cost Proposal: The accompanying
cost proposal/price breakdown shall be supplied on an SF 1411, together
with supporting schedules and shall contain a personhour breakdown per
major task. Copies of the above referenced form may be obtained from
the Contracting Office cited. (3) Technical Proposal: The technical
proposal shall include a discussion of the nature and scope of the
research and the technical approach. Additional information on prior
work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who will be participating in this
effort should also be included as attachments to the technical
proposal and are not included in the page limit. The technical proposal
shall include a detailed approach and associated experimental/test
plans and a Statement of Work detailing the technical tasks proposed to
be accomplished under the proposed effort and suitable for contract
incorporation. Offerors should refer to the WL Guide referenced in
Section A to assist in SOW preparation. PL 98-94 applies. Offerors must
submit approved DD Form 2345, Export-Controlled DOD Technical Data
Agreement with their proposal. Any questions concerning the technical
proposal or SOW preparation shall be referred to the Technical Point of
Contact cited in this announcement. (4) Page Limitations: The technical
proposal shall be limited to 100 pages (12 pitch or larger type),
double-spaced, single sided, 8.5 by 11 inches. The page limitation
includes all information, i.e., indexes, photographs, foldouts,
appendices, attachments, etc. Pages in excess of this limitation will
not be considered by the government. Cost proposals have no
limitations, however, offerors are requested to keep cost proposals to
75 pages as a goal. In addition to the hard copy of the cost proposal,
electronic cost models can be submitted to the government evaluation
team prepared in a .wk or .xls file format. (5) Preparation Cost: This
announcement does not commit the Government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA 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 cost as specified in FAR 31.205-18.
E--BASIS FOR AWARD: The selection of one or more sources for award will
be based on an evaluation of an offeror's response (both technical and
cost aspects) to determine the overall merit of the proposal in
response to the announcement. The technical aspect, which is ranked as
the first order of priority, shall be evaluated based on the following
criteria, of equal importance. The contractor shall demonstrate: (a)
New and innovative solutions which effectively couple advanced
technology tools, new business practices and policies, and lean
principles to address reducing the cost of manufacturing investment
cast nickel-base superalloy and titanium-base, airfoil and large
structural gas turbine engine components for man-rated military
engines. (b) Soundness of Approach to include (i) Plan for an effective
integrated product/process development (IP/PD) methodology and IP/PD
approach including program administration, management structure and
operation, and participants, (ii) Application and implementation of
business policies and practices, and lean principles to the shop floor
which improve the overall investment casting industrial base, (iii)
Approach and component demonstration path to validate the effectiveness
of the technology tools and lean principles identified in criteria (ii)
above, (iv) Establishment of well defined goals and associated metrics
which specifically address the quality and cycle time for the
manufacture of airfoil and structural castings including an evaluation
of the extent to which these metrics support the Air Force needs for
affordable gas turbine engine components, (v) Plans for transferring
the methodologies and tools developed to the defense and commercial
industrial base. (c) Special Technical Factors to include an assessment
of experience in the design, fabrication, manufacture, and use of
investment cast airfoil and large structural parts for man-rated gas
turbine engines. (d) Ability of offeror to meet Air Force needs for
higher quality, lower cost investment castings for man-rated gas
turbine engines. Cost, which includes consideration of proposed budgets
and funding profiles, is ranked as the second order of priority. The
technical and cost information will be evaluated at the same time. The
Air Force reserves the right to select for award of a contract, grant,
or cooperative agreement any, all, part, or none of the proposals
received. Award of a grant to universities or nonprofit institutions or
cooperative agreement, in lieu of a contract will be considered and
will be subject to the mutual agreement of the parties. F--POINTS OF
CONTACT: (1) Technical Contact Point: Engineer Siamack Mazdiyasni,
WL/MTPM Wright-Patterson Air Force Base, OH 45433-7739, (513) 255-2413.
(2) Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the Wright Laboratory,
Directorate of Research and Development Contracting, Lori Shirdon,
WL/MLKT, Wright-Patterson Air Force Base, OH 45433-7607, (513)
255-3506. (0024) Loren Data Corp. http://www.ld.com (SYN# 0003 19950125\A-0003.SOL)
A - Research and Development Index Page
|
|