Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1995 PSA#1316

WL/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