|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1996 PSA#1726R&D Contracting Directorate, Attn: WL/AAKE, Bldg 7, 2530 C Street,
Wright-Patterson AFB A -- ROBUST LASER RESONATOR INITIATIVE SOL BAA 97-03-AAK POC Contact
Dawn M. Ross, Contract Negotiator, (937) 255-5311 or Michele L.
Dickman, Contracting Officer, (937) 255-2976. A--INTRODUCTION: Wright
Laboratory (WL) is interested in receiving proposals (technical and
cost) on the research effort described in Section B. Proposals in
response to this BAA shall be submitted by 8 Jan 97, 1500 hours Eastern
Standard Time, addressed to (Attn: Dawn Ross), WL/AAKE, Building 7,
2530 C Street, WPAFB, OH 45433-7607. Proposals shall not be submitted
via facsimile transmission. This is an unrestricted solicitation. Small
businesses are encouraged to propose on all or any part of this
solicitation. Proposals submitted shall be in accordance with this
announcement. Proposal receipt after the cutoff date and time specified
herein shall be treated in accordance with the restrictions of FAR
52.215-10, a copy of this provision may be obtained from the
contracting point of contact cited in Section F. There will be no other
solicitation issued in regard to the this requirement. Offerors should
be alert for any BAA amendments to this solicitation that may be
published. This BAA may be amended to allow subsequent submission of
proposal dates. Offerors should request a copy of the WL Guide for
Industry. This guide was specifically designed to assist offerors in
understanding the PRDA/BAA proposal process. Copies may be requested
from the contracting point of contact or obtained via the Word Wide Web
site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: Technical
Description: Lasers are needed in US Air Force aircraft for
applications such as laser designation, infrared countermeasures, laser
radar, and communications. There is a need to develop low-maintenance
laser resonator designs for use in operationally stressing environments
where large variations in temperature and pressure occur, and the laser
is subjected to vibration and shock far beyond that of the laboratory
environment. The objectives of this procurement are: (1) Develop novel
resonator concepts with few alignment points and reduced alignment
sensitivity compared to standard laboratory lasers, low maintenance
requirements, reduced number of optical components, reduced reliance on
complex optical coatings, and graceful degradation characteristics. (2)
Demonstrate the proposed concepts in a laboratory environment where
laser response to noise, vibration, and harshness environmental testing
and alignment tolerances can be explored. Any algorithms or materials
developed as a part of the robust resonator program will become
government property. (2) Deliverable Items: (a) The following
deliverable data items shall be proposed: (i) Status Report,
DI-MGMT-80368A/T, monthly, (ii) Funds and Man-Hour Expenditure Report,
DI-FNCL-80331, monthly, (iii) Project Planning Chart,
DI-MGMT-80507A/T, monthly, (iv) Contract Funds Status Report (CFSR),
DI-MGMT-81468A/T, quarterly, (v) Presentation Material,
DI-ADMN-81373A/T, as required, (vi) Scientific and Technical Reports,
Contractor's Billing Voucher, DI-MISC-80507A/T, monthly and (vii)
Scientific and Technical Reports, DI-MISC/80507A/T, (Draft and a
Reproducible Final). The offerors shall include in their proposal a
kickoff meeting at Wright Patterson AFB approximately two weeks after
contract award. Technical reviews shall be conducted every six months
with half at the contractor's facility and half at Wright Lab. Informal
technical interchanges will occur as needed. (3) Security Requirements:
This program will be conducted at the unclassified level. (4) Other
Special Requirements: None C--ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 36 months. The contractor shall also provide for an
additional 4 months for processing and completion of the final report.
(2) Expected Award Date: 25 May 97 (3) Air Force Funding Estimate: The
funding profile is $23k in FY97, $300k in FY98, $190k in FY99, and
$174k in FY00 for $687k total. This funding profile is an estimate only
and is not a promise for funding as all funding is subject to change
due to the discretion of the Air Force and availability of funds. (4)
Type of Instrument: Cost Plus Fixed Fee (CPFF) contract or Cost
contract (no fee), or Assistance Instruments. Any grant(s) or
cooperative agreement(s) awarded will be cost (no fee) or cost share.
Any Other Transactions awarded will be cost share. (5) Government
Furnished Property: None contemplated. (6) Size/Status: For the purpose
of this acquisition, the size standard is 500 employees (SIC 8731). (7)
Notice to Foreign-Owned Firms: Such firms are asked to immediately
notify the contracting point of contact upon deciding to respond to
this announcement. Foreign contractors should be aware that
restrictions apply which could preclude their participation in this
acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: 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 below. Offerors should
refer to the instructions contained in the WL ''PRDA and BAA Guide for
Industry'' referenced in Section A of this announcement. Separate
technical and cost proposal volumes are required and must be valid for
180 days. Proposals must reference the above BAA number. Proposals
shall be submitted in an original and six (6) copies. All responsible
sources may submit a proposal which shall be evaluated against the
criteria set forth below in Section E-- Basis of Award. Offerors are
advised that only contracting officers are legally authorized to
contractually bind or otherwise commit the Government. (2) 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 included in the page limit discussed
below. The technical proposal shall include a Statement of Work (SOW)
detailing the technical tasks and phases proposed. The technical
proposal must be suitable for instrument incorporation. Offerors should
refer to the WL Guide to assist in SOW preparation. Any questions
concerning the technical proposal or SOW preparation should be referred
to the technical point of contact cited below. (3) Cost Proposal:
Adequate price competition is anticipated. The accompanying cost
proposal/price breakdown shall be furnished with supporting schedules
and shall contain a per-hour breakdown per task and also by calendar
year. (4) Page Limitations: The technical proposal shall be limited to
75 pages (12 pitch or larger type), double-spaced, single-sided,
8.5x11 inches. The page limitation includes all information (indices,
photographs, appendices, etc.) Pages in excess of this limitation will
be removed from the proposal and will not be evaluated by the Air
Force. Cost proposals have no page limitation, however, offerors are
requested to limit cost proposals to 20 pages. (5) Preparation Cost:
This announcement does not commit the Air Force to pay for any proposal
preparation cost. The cost of preparing proposals in response to this
BAA is not an allowable direct charge to any resulting award, or any
other procurement instrument. 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 technical and cost
proposals to determine the overall merit of the proposal in response to
the announcement. The technical proposal, which is ranked as the first
order of priority, shall be evaluated based on the following criteria
listed in descending order of importance: (1) Innovation - The
offeror's proposal will be evaluated for innovation and uniqueness.
Novel approaches which promise significantly improved resonator
performance in terms of reliability and maintainability are desired.
The proposal will be evaluated on the degree to which approaches are
shown to be theoretically feasible, if not yet demonstrated
experimentally. (2) Understanding the Problem - The offeror's proposal
will be evaluated on the degree to which it demonstrates theoretical
and experimental understanding of all laser and nonlinear techniques,
devices, and materials to be used. The proposal will also be evaluated
on the degree to which it demonstrates an understanding of the
requirements for airborne operation of laser devices. (3) Soundness of
Approach - The offeror's proposal will be evaluated with respect to
the soundness, scalability, reliability, and simplicity of the
approach. (4) Compliance with Requirements - The offeror's proposal
will be evaluated on the degree to which all reporting requirements
have been addressed as well as demonstration of efficient and effective
management of technical activities. Cost and/or price, which includes
consideration of proposed budgets and funding profiles, is a
substantial factor, but is ranked as the second order of priority. No
other evaluation criteria will be used. The technical and cost
proposals will be evaluated at the same time. The Air Force reserves
the right to select for award any, all, part, or none of the
proposal(s) received. Award of a grant, cooperative agreement, or other
transaction in lieu of a contract will be considered and will be
subject to the mutual agreement of both parties. F--POINTS OF CONTACT:
(1) An Ombudsman has been appointed to hear concerns from offerors and
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the contracting officer but to communicate contractor
concerns, issues, disagreements, and recommendations to the appropriate
Air Force personnel. All potential offers should use established
channels to voice concerns before resorting to use the Ombudsman. When
requested, the Ombudsman will maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection. The Ombudsman
should only be contacted with issues or problems that have been
previously brought to the attention of the contracting officer and
could not be satisfactorily resolved at that level. These serious
concerns only may be directed to the Ombudsman, Mr. Daniel L Kugel,
ASC/SY, Bldg 52, 2475 K St, Suite 1, Wright-Patterson AFB OH
45433-7642, email kugeldl@sy.wpafb.af.mil, phone (513) 255-3855. (2)
Technical Point of Contact: Capt Jason Baumbach, WL/AAJL, 2241 Avionics
Circle, Wright-Patterson Air Force Base OH 45433-7304, email
baumbajg@aa.wpafb.af.mil, phone (513) 255-4174 x4033. (3)
Contracting/Cost Point of Contact: Ms Dawn Ross, WL/AAKE, Bldg 7, 2530
C Street, Wright-Patterson Air Force Base OH 45433-7607, (513)
255-3379. (0324) Loren Data Corp. http://www.ld.com (SYN# 0002 19961120\A-0002.SOL)
A - Research and Development Index Page
|
|