|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1995 PSA#1316WL/AAKR, Bldg. 7 2530 C Street Wright Patterson AFB, OH 45433-7607 A -- ADAPTIVE PROCESSING TECHNOLOGY INVESTIGATION. PART 2 OF 2 SOL
PRDA 95-07-AAK DUE 051695 POC Dawn M. Ross, Contract Negotiator,
513-255-6908. C)--ADDITIONAL INFORMATION: (1) Two awards are
anticipated for this procurement at approximately $8M each. This
program will consist of a basic effort and one option (Option I). The
purpose of the base effort will be to evaluate the performance of
competing designs using measured radar data. The focus of Option I will
be on developing advanced radar architechtures and adaptive processing
algorithms and their validation with measured data. The decision to
exercise each option will be based on an assessment of the likelihood
that the effort will be completed successfully, technical, cost and
other factors considered. Anticipated Period of Performance: The
anticipated period of performance is 12 months of technical effort for
the basic effort, 48 months for Option I, and four months for final
documentation. The offeror's technical and cost proposal shall be
structured (including a breakdown of cost and fee) to reflect a program
consisting of a base effort and one option. (2) Government Estimate:
The Government funding profile for all awards is estimated to be as
follows: FY95-150K, FY96-1600K, FY97-1600K, FY98-1950K, FY99-1600K,
FY00-1400K. This funding profile is an estimate only and is not a
promise for funding as all funding is subject to change due to
Government discretion and availability. (3) Type of Contract: Cost Plus
Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no
fee). (4) Government Furnished Property: None Contemplated. (5) Size
Status: For the purpose of this acquisition, the size standard is 500
employees (SIC 8731). (6) Notice to Foreign Owned Firms: All foreign
firms have been excluded from participating in this effort at the prime
contractor level. 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 of privileged commercial and financial
information contained in their proposals. Proposal questions should be
directed to one of the point 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 original form and
five 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 person-hour breakdown per task. Copies of the above
referenced forms 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
Description/Specification (D/S) 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 D/S 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 125 pages (12 pitch or larger type),
double-spaced, single-sided, 8.5 by 11 inches pages. Pages in excess of
this limitation will not be considered by the Government. Cost
proposals have no limitation, however, offerors are requested to keep
cost proposals to 75 pages as a goal. (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 may be considered 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 source 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
which are of equal importance: (a) the extent of which the offereor
demonstrates new and creative solutions to the technical problems
related to the inability of contemporary x-band air-to-air fighter
control radar to both detect and acquire conventional or low observable
fighter and cruise missile threats in difficult barrage noise jamming
and/or ground clutter environment is of primary interest, (b) the
extent to which the offeror demonstrates an understanding of the scope
of the technical effort, (c) soundness of technical approach, (d) the
availability of qualified technical personnel and their experience
with applicable technologies, (e) the offeror's demonstrated experience
with related technologies, and (f) organization, clarity, and
thoroughness of the proposed D/S. Cost is ranked as the second order of
priority. No other evaluation criteria will be used. The technical and
cost information will be evaluated at the same time. The Air Force
reserves the right to select for award any, all, part, or none of the
proposals received. F--Points of Contact: (1) Contracting/Cost Point of
Contact: Questions related to contract/cost issues should be directed
to the contracting officer identified in Part A. (2) Technical
Questions on technical issues may be referred to the Project Engineer,
Carlos R. Ortiz, WL/AARM-2, Building 22, Area B, 2690 C St Ste 1,
Wright-Patterson Air Force Base OH 45433-7408, (513) 255-6071. End of
Part 2. (0089) Loren Data Corp. http://www.ld.com (SYN# 0009 19950331\A-0009.SOL)
A - Research and Development Index Page
|
|