Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1996 PSA#1726

R&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