|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1996 PSA#1726R&D Contracting Directorate, Attn: WL/AAKE, Bldg 7, 2530 C Street,
WPAFB OH 45433-7607 A -- A-IMAGING SEEKER COUNTERMEASURES SOL PRDA #97-08-AAK (PAR POC
Contact Edward J. Caulfield, Contract Negotiator, (937)255-2976 or
Nancy Stormer, Contracting Officer at (937) 255-5311. C--ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The total length of
the technical effort is estimated to be 24 months for the ITIV, and 30
months each for the ISCF and ICCD. An additional 5 months shall be
added to the technical period of performance to provide for
processing/completion of the final report. (2) Expected Award Date: 1
May 97 Effective start date to accomodate the funding profiles below.
(3) Government Estimate: The Government funding is expected to be
$1,475,000, allocated as follows: A total of $350K for ITIV, $35K -
FY97, $200K - FY98, $115K - FY99, a total of $525K for ISCF, $100K -
FY97, $250K - FY98, $175K - FY99, and a total of $600K for ICCD, $20K
FY -97, $300K - FY98, $280K - FY99. These funds are estimates only and
not a promise for funding as all funding is subject to change due to
Government discretion and availability. (4) Type of Instrument:
Contract - Cost Plus Fixed Fee (CPFF) or Cost (no fee). (5) Government
Furnished Property: None anticipated. (6) Base Support: The government
shall not be expected to provide base support for this effort. The
effort shall be conducted at the contractor's facility. (7) Size
Status: For the purpose of this acquisition, the size standard is 500
employees (SIC 8731). (8) Notice To Foreign Owned Firms: Such firms are
asked to immediately notify the contracting point of contact cited
below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which could
preclude their participation in this acquisition. A foreign offeror
will not be eligible as a prime contractor for this program.
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
refer to the 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 with an original and four copies. All
responsible sources may submit a proposal which shall be evaluated
against the criteria set forth below in Section E, Basis for 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. Potential offerors may bid on one, two, or all three of the
technical efforts, as each shall be evaluated separately by the
government. While each proposal will be considered as a whole, each
effort or section should be clearly separated so that each of the
efforts can be separately evaluated. Additional information on prior
work in this area, descriptions of available equipment, data and
facilities, and resumes of personnel who may be participating in this
effort should also be included as attachments to the technical proposal
and are not included in the page limits discussed below. The technical
proposal shall include a Statement of Work (SOW) detailing the
proposed technical tasks to be accomplished under each technical
effort, and be suitable for contract incorporation. Offerors should
refer to the WL Guide referenced in Section A to assist in SOW
preparation. The proposal shall also have a one page technical summary
of the proposed effort. This summary shall clearly state what is being
proposed, the objective, unique features of the proposed effort, and
any highlight(s) of the proposal. It should detail any new and
innovative concepts and/or procedures that may make the proposal a
superior candidate for the effort. Any technical questions concerning
the proposal or SOW preparation should be referred to the technical
points of contact cited near the end of this announcement. (3) Cost
Proposal: Adequate price competition is expected. The accompanying cost
proposal/price breakdown shall be furnished with supporting schedules,
and shall contain a person-hour breakdown per task. The cost proposal
should separately price each of the defined technical efforts
described in B above, so that each could be purchased individually by
the government if preferred. (4) Page Limitations: The technical
proposal shall use 12 pitch or larger type, be double-spaced,
single-sided, 8.5 by 11 inches. The number of pages shall be limited to
40 pages for one technical effort, 70 pages for two technical efforts,
and 100 pages for all three technical efforts. The page limitation
includes all information, i.e. indexes, photographs, fold-outs,
appendices, attachments, etc. Pages in excess of this limitation will
not be considered by the government. Cost proposals have no page
limitations, 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 proposal 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 this
announcement. The technical aspect, which is ranked as the first order
of priority, shall be evaluated based on the following criteria, which
are in descending order of importance: (1) The understanding of the
scientific and technical objectives, (2) The approach to accomplish the
scientific and technical objectives, (3) The offeror's understanding of
the scope of the work. Cost, 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 of a
contract, any, all, part, or none of the proposals received pursuant to
the Research and Development Standard Contract format as outlined in
DFARS 235.70. 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
offerors should use established channels to voice concerns before
resorting to use of 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, E-Mail: kugekdl@sy.wpafb.af.mil, phone
(937) 255-3855. (2) Technical Point of Contact: Engineers, Steve Wirick
or Mark Nosek, WL/AAJW, 2241 Avionics Circle, Wright-Patterson Air
Force Base OH 45433-7321, (937) 255-4174, extensions 4019 and 4020
respectively. (3) Contracting/Cost Point of Contact: E.J. Caulfield,
WL/AAKE, Bldg 7, 2530 C Street, Wright Patterson AFB OH, 45433-7607,
(937) 255-2976. (END OF PART 2) (0324) Loren Data Corp. http://www.ld.com (SYN# 0003 19961120\A-0003.SOL)
A - Research and Development Index Page
|
|