Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1997 PSA#1754

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- PROCESSING FOR DIMENSIONAL CONTROL (PDC) SOL PRDA 97-33-MLK POC Contact Ms. Patty Nickell, Contract Negotiator, 937-255-5051, or Ms. Dixie Wightman, Contracting Officer, 937-255-5051 INTRODUCTION: Wright Laboratory (WL/MLKN) is interested in receiving proposals (technical and cost) on the research and development effort described below. Proposals in response to this Program Research and Development Announcement (PRDA) shall be submitted by 14 Feb 97, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Attn: Ms. Patty Nickell, WL/MLKN, Area B, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Proposals shall be submitted in accordance with this announcement. Proposal submission after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10; copy 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 permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry" dated November 1992. 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 stated herein. The Guide is also available on the internet, address: http://www.wl.wpafb.af.mil/contract. B -- REQUIREMENTS: (1) Technical Description: The objective of this effort is to reduce the costs associated with dimensional control in composite structures for aircraft and launch vehicles. The contractor shall perform studies and conduct exploratory development of materials, processes, and mechanics approaches to improve dimensional control in organic matrix composite (OMC) structures for military aircraft and reusable launch vehicles (RLVs). These approaches shall maintain the benefits associated with the use of OMCs in military aircraft and RLVs while reducing total acquisition costs. While design, manufacturing, and tooling play a role in dimensional control, the focus on this study is materials, process, and mechanics approaches to reduce shimming and post process machining, improve OMC structure fit up, and minimize residual stresses and part spring-in in military aircraft and RLVs. Multiple programs may be awarded. One program will deal with issues described earlier. One or two other contracts will be smaller in scope and will deal with new and creative solutions to dimensional control problems. It is anticipated that an Associate Contractor Agreement (ACA) clause will be included in the case of multiple awards to allow the sharing of information, data, technical knowledge, expertise, and/or resources affecting this effort. A wide variety of reasons exist for the required development. The trend for advanced military aircraft is to integrate a large number of small parts into a smaller number of large parts. This concept is known as large integrated structures. As parts become larger, fit up of these parts becomes more difficult and the cost of scrappage increases. Poor fit up canresult in costly assembly, in costly rework, or in part scrappage. Better dimensional control could improve part fit up, reducing extra processing steps and making parts interchangeable for rapid repair and retrofit. Also, better dimensional control will improve aircraft aerodynamic and signature performance. Dimensional control issues causing high assembly and replacement cost include, but are not limited to, variation of starting material thickness, tolerance accumulations, processing effects on thickness and residual stresses, and spring-in. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, monthly; (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly; (c) Project Planning Chart, DI-MGMT-80507A/T, monthly; (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, monthly; (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, Interim Report, DI-MISC-80711/T, semiannual; (h) Scientific and Technical Reports, Final Report, DI-MISC-80711/T, draft and reproducible final. In addition, the offeror shall identify technical data or computer software to be delivered with other than unlimited rights. (3) Security Requirements: it is anticipated that work performed under this program will be unclassified. (4) Other Special Requirements: International Traffic in Arms Regulations apply. C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 42 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. In addition, one or two smaller contracts may be awarded for an estimated length of technical effort not to exceed 24 months. The smaller contract(s) can be a section of a full proposal for the 46 month contract or a stand alone proposal. The smaller effort will be evaluated against the same criteria was listed in section E -- Basis for Award. (2) Expected Award Date: 1997 July -- August. (3) Government Estimate: The Government funding profile for all awards is estimated to be as follows: FY97 -- $160K, FY98 -- $422K, FY99 -- $555K, FY00 -- $555K, FY01 -- $300K. 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(s): Cost-Plus-Fixed-Fee (CPFF) or Cost (no fee). Any cooperative agreements awarded will be Cost (no fee). (5) Government Furnished Property: None contemplated. Base support: 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 could preclude their participation in this acquisition. (8) 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 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 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 from the proposal due date. Proposals must reference the above PRDA number. 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: An original and three copies are required. Adequate price competition is anticipated. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person hour and estimated cost breakdown per task and per quarter. Offerors shall utilize SF form 1448. Copies of the above-referenced form may be obtained from the contracting officer. (3) Technical Proposal: Proposals shall be submitted in an original and five copies. 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, subcontractors, 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. 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. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. Any obligation of government resources shall be contingent upon obtaining approval from the government review team through the contracting office. (4) Page Limitations: The technical proposal shall be limited to 50 pages (Font size 12 or larger), double spaced, single sided, 8.5 by 11 inches. The page limitation includes all information, i.e., indexes, photographs, foldouts, appendices, attachments, etc. 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 50 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 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. (6) If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan. Small businesses are exempt from this requirement. E -- BASIS FOR AWARD: The selection of one (1) or more sources for contract award shall be based on a scientific and engineering evaluation of the responses. This evaluation shall consider technical aspects, ranked as the first order of priority, and cost factors as they relate to the technical effort. The purpose of the evaluation is to determine the relative merit of the technical approach proposed in response to the announcement. The following criteria, ranked in descending order of relative importance will be used to evaluate the proposals: (a) (25%) soundness of approach: assessment of rationale for proposed technology, including (1) an assessment of root causes of dimensional control problems in organic matrix composite (OMC) structures for military aircraft and reusable launch vehicles and (RLVs), (2) innovative materials, processes, and mechanics approaches to improving fit up of OMC structures for military aircraft and RLVs, (3) measures success of these approaches for both cost and performance, and (4) a plan to transition these approaches to the production environment; (b) (25%) understanding of the problem, including added costs and performance knockdowns associated with poor part fit up during assembly of OMC structures for military aircraft and RLVs; (c) (20%) the availability and suitability of the background qualifications and/or demonstrated experience of the offeror's team in materials, processing, and mechanics for producing OMC structures for military aircraft and RLVs; (d) (15%) the availability and suitability of proposed facilities and equipment; (e) (5%) compliance with the requirements of the PRDA, in particular, the organization, clarity, and thoroughness of the proposed Statement of Work; (f) (5%) overall management approach and plan: the offeror's demonstration of a proactive management approach and plan to maintain the proposed schedule, bill the government for work promptly, and ensure the achievement of expenditure rates at or above 75% within a fiscal year; (g) (5%) the offeror's past performance on contracts with WL/MLBC and MLBM. Program cost and/or price, which includes consideration of proposed budgetsand funding profiles will be a substantial factor for award. 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 or cooperative agreement any, all, part, or none of the proposals received. Award of a cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. Adequate price competition is anticipated. The government reserves the right to award any resulting contract pursuant to the Research and Development Standard Contract format in DFARS 235.7005. F -- POINTS OF CONTACT: (1) Technical Contact Point: Questions on technical issues may be referred to the Air Force Project Engineer, Dr. John D. Russell, Bldg 654, 2941 P St, Ste 1, Wright-Patterson Air Force Base, OH 45433-7750, 937/255-1471, e-mail russeljd@ml.wpafb.af.mil. (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 Ms. Patty Nickell, 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 maybe 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, phone (937) 255-3855. (0366)

Loren Data Corp. http://www.ld.com (SYN# 0003 19970103\A-0003.SOL)


A - Research and Development Index Page