|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1996 PSA#1732R&D Contracting Directorate, 2530 C St, WPAFB, OH 45433-7607 A -- ALTERNATE GAP TREATMENT MATERIALS SOL PRDA NO. 97-27-MLK DUE
012497 POC Captain Joel Fortenberry, Contract Manager, WL/MLKN, Dixie
L. Wightman, Contracting Officer, WL/MLKN, (937 255-5051.
A--INTRODUCTION: Wright Laboratory (WL/MLBC) is interested in receiving
proposals (technical and cost) on the research effort described below.
Proposals in response to this PRDA shall be submitted by 24 January
1997, 1500 Eastern Time, addressed to Wright Laboratory, Directorate of
R&D Contracting, Building 7, Area B, Attn Capt Joel Fortenberry,
WL/MLKN, 2530 C Street, Wright-Patterson AFB OH 45433-7607. This is an
unrestricted solicitation. Proposals submitted shall be in accordance
with this announcement. Proposals received after the cutoff date
specified herein shall be treated in accordance with restrictions of
FAR 52.215-10, copies of this provision may be obtained from the
contracting point of contact. There will be no other solicitation
issued in regard to this requirement. Offerors should be alert for any
PRDA amendments that may be published. Offerors should request a copy
of the WL Guide entitled, ''PRDA and BAA Guide for Industry.'' This
guide was specifically designed to assist offerors in understanding the
PRDA/BAA proposal process. Copies may be requested from WL/MLKN, 2530
C St, Wright-Patterson AFB OH 45433-7607, telephone 937/255-5051. The
Guide is also available on the Internet at
www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: Technical Description:
The purpose of this effort is to identify, develop, and demonstrate
alternative approaches to gap treatment for low observable aircraft.
Current materials tend to be highly loaded elastomers or bonded metal
tapes. Difficulties with these systems include long cure times, short
pot-life and shelf-life, limited temperature range of application,
excessive maintenance equipment, and material shrinkage. The summation
of these properties make maintenance difficult and impact mission
readiness and drive up costs. This program will demonstrate the
physical, mechanical, and electrical characteristics of the alternate
gap treatment materials developed using innovative new approaches.
Specifically, these gap treatment systems shall have short cure times,
long shelf-life, and reduce the complexity and cost of maintenance.
Approaches may include unique types of fillers, new matrices, novel
cure methods, new architectures, or prefabricated systems.
Demonstration of successful concepts may be verified with flight
testing. (2) Deliverable Items: The following deliverable data items
shall be proposed: (a) Status Report, DI-MGMT-80368/T, bi-monthly, (b)
Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, bi-monthly,
(c) Project Planning Chart, DI-MGMT-80507A/T, bi-monthly, (d) Contract
Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly, (e)
Presentation Material, DI-ADMN-81373/T, as required, (f) Scientific and
Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T,
monthly, (g) Scientific and Technical Reports, Final Report,
DI-MISC-80711/T, end of contract (draft and reproducible final
version), and (h) representative samples for evaluation by the
government shall be submitted as appropriate. (3) Security
Requirements: Work performed under this contract may or may not be
classified depending on the nature of the technology submitted. The
Government will make a determination as to what security requirements
are necessary for each award. If work to be performed under this
contract is determined to be classified the performance of that effort
will fall under the Air Force Low/Counter Low Observable Programs
Security Classification Guide, dated 3 Jan 94 and will require a DD
Form 254. For proposal purposes, an offeror may have relevant
approaches to signature technology that cannot be addressed in their
proposal because of security limitations. If an offeror wishes to more
fully indicate their companys experience, they should request
additional direction from the Contracting Officer. (4) Other Special
Requirements: International Traffic in Arms Restrictions apply.
Offerors are required to have a DD Form 2345 covering the pertinent
technology on file with the Defense Logistics Service Center, Battle
Creek MI 49016 (1-800-352-3572). C--ADDITIONAL INFORMATION: (1)
Anticipated Period of Performance: The total length of the technical
effort is estimated to be 30 months. The contractor shall also provide
for an additional four months for processing/ completion of the final
report. (2) Expected Award Date: May 97. (3) Government Estimate: The
government anticipates approximately two to three awards with a total
funding of $1,000,000.00. The estimated funding profile is as follows:
FY97, $200K, FY98, $400K, FY99, $400K, not necessarily divided evenly
among the awards. 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. (4) Type of Contract: Cost Plus
Fixed Fee. Any grants or cooperative agreements shall be cost (no fee)
or 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 Air Force point of contact
cited below upon deciding to respond to this announcement. Foreign
contractors should be aware that restrictions may apply which preclude
their participation in this acquisition. (8) NOTE 26: Based upon
market research, the Government is not using the policies contained in
Part 12, Acquisition of Commercial Items, in its solicitation for the
described supplies or services. However, interested persons may
identify to the contracting officer their interest and capability to
satisfy the Government's requirement with a commercial item within 15
days of this notice. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General
Instructions: Offerors should apply the restrictive marking prescribed
in the provision in FAR 52.215-12, Restriction or 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 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 BAA/PRDA number. Proposals shall be submitted in an original 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. Adequate price
competition is anticipated. The accompanying cost proposal/price
breakdown shall be furnished with supporting schedules and shall
contain a personhour 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 Statement of Work (SOW) 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 SOW preparation.
PL 98-94 applies. Offerors must submit approved DD Form 2345,
Export-Controlled DOD Technical Data Agreement, with their proposal.
Preparation of the SOW as distinct phases or tasks with the proposed
cost determined separately is preferred. 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 50 pages (12
pitch or larger type), double spaced, single sided, and 8.5 by 11
inches. Pages in excess of this limitation will not be considered by
the government. Cost proposals have no limitations, however, offerors
are requested to keep cost proposals to 75 pages as a goal and be
broken out by year based on company's DCAA-approved accounting system.
(5) Preparation Cost: If selected for negotiations, qualifying
offerors will be required to submit a subcontracting plan. This
announcement does not commit the government to pay for any response
preparation cost. The cost of preparing proposals in response to this
PRDA is not considered an allowable direct charge to the resulting
award 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 the announcement. The technical aspect, shall
be evaluated on the following criteria which are listed in order of
decreasing importance: (a) the offeror's innovative approaches to gap
treatment and ability to meet the Air Force requirements, (b) the
offeror's understanding of the material performance, cost, properties,
and processing goals required for the application, (c) the offeror's
understanding of the scope of the technical effort, (d) soundness of
offeror's technical approach, (e) the availability and use of qualified
technical personnel and their experience with applicable technologies,
(f) the offeror's past experience with low observable technologies,
and (g) organization, clarity, and thoroughness of the proposed SOW.
Cost and/or price, which includes consideration of proposed budgets and
funding profiles, is a substantial factor. 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 of
a contract, grant, or cooperative agreements any, all, part, or none
of the proposals received. Award of a grant, in lieu of a contract, to
universities and non-profit institutions will be considered and will
be subject to the mutual agreement of the parties. F--POINTS OF
CONTACT: (1) Technical Point of Contact: Engineer, Capt David L
Ciminelli, WL/MLBC, 2941 P St, Ste 1, Wright-Patterson Air Force Base
OH 45433-7750, telephone 937/255-9728/9070. (2) An Ombudsman has been
appointed to hear concern 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 government 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
selection decision. Interested parties should direct all routine
communication concerning this acquisition to Capt Joel Fortenberry,
Contract Negotiator, WL/MLKN, Bldg 7, 2530 C St, Wright-Patterson AFB
OH 45433-7607, telephone 937/255-5051. 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, Ste 1, Wright-Patterson AFB OH 45433-7642, e-mail
kugeldl@sy.wpafb.af.mil, telephone 937/255-3855. (0332) Loren Data Corp. http://www.ld.com (SYN# 0001 19961129\A-0001.SOL)
A - Research and Development Index Page
|
|