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