Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1995 PSA#1270

R&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