|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1997 PSA#1841R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- LOW COST MOBILE RADAR DESIGN SOL PRDA NO 97-16-AAK POC Contact
Brad Kneisly, Contract Negotiator, (937) 255-2902 or Vicki A. Fry
Contracting Officer, (937) 255-2902 E-MAIL: Click here to contact the
contract negotiator, kneislbw@wl.wpafb.af.mil. INTRODUCTION: Wright
Laboratory (WL/AAKR) is interested in receiving proposals (technical
and cost) on the research effort described below. Proposals in response
to this PRDA shall be received by 15 Jun 97, 1500 hours Eastern Time,
addressed to Wright Laboratory, Directorate of R&D Contracting,
Building 7, Area B, (Attn: Mr. Brad Kneisly, WL/AAKR) Wright-Patterson
AFB OH 45433-7607. This is an unrestricted solicitation. Small
businesses are encouraged to propose on all or any part of this
solicitation. Proposals submitted shall be in accordance with this
announcement. Proposal receipt after the cutoff date specified herein
shall be treated in accordance with restrictions of FAR 52.215-10; a
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 titled, "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 Mr. Brad Kneisly (WL/AAKR), Wright-Patterson AFB, OH 45433-7607,
telephone (937) 255-2902. This guide is also available on the internet
at the following address: http://www.wl.wpafb.af.mil/contract/hp.htm
under "A Contracting Toolbox," "PRDA/BAA Indexed Guide." B --
REQUIREMENTS: (1) Technical Description: The purpose of this effort is
to establish state-of-the-art parameters for a radar used in a mobile
diagnostic laboratory to evaluate air vehicles, in order to verify
that they are within their signature tolerances. The effort will
determine the current state-of-the-art of measurement radars (0.1 -- 18
GHz), develop measurement radar requirements for this effort, and then
establish the design criteria. The radar will be housed in a
Government owned vehicle, and measurements will be taken on a
stationary aircraft. Gear shrouds will be used to mask the landing gear
of the aircraft under test. Air Combat Command (ACC) has released
Mission Need Statement (MNS) 93-318 titled "Mission Need Statement for
LO Maintenance Diagnostics and Verification Capability." Wright
Laboratory has developed a deployable diagnostic radar laboratory that
is used to perform research on the important aspects of acquiring near
field RCS image data for operational vehicles deployed in the field,
but the current radar is reaching the end of its useful life. In
addition, ACC has initiated the Common Low Observable Verification
Radar System (CLOVerS), a program to fill the requirements set out in
MNS 93-318. Since part of this MNS involves the use of the field
diagnostic radars, the study envisioned here will concentrate on the
analysis and development of the field diagnostic radar requirements. At
the conclusion of this proposed study, such requirements may serve a
dual use: (1) to provide input to the CLOVerS program and (2) to allow
the design and purchase of the firstsuch radar for evaluation in the
Wright Laboratory Mobile Diagnostic Laboratory. (2) Deliverable Items:
The following deliverable data items shall be proposed: (a) Status
Report, DI-MGMT-80368/T, (b) Project Planning Chart, DI-MGMT-80507A/T
monthly; (c) Presentation Material, DI-ADMN-81373/T, as required; (d)
Scientific and Technical Reports, Contractor's Billing Voucher,
DI-MISC-80711/T, monthly; and (e) Scientific and Technical Reports,
Final Report, DI-MISC-80711/T, (Draft and Reproducible Final). (3)
Security Requirements: secret facility and storage clearance
requirements apply. TEMPEST requirements will not apply. (4)
International Traffic in Arms Regulations (ITAR) and public law 98-94
(control of unclassified technical data with military or space
applications): The data generated under the contract will be subject to
ITAR and the contractor is expected to generate data subject to ITAR.
Some of the technology is listed on the Military Critical List (MCTL),
so the offeror is required to have access to technical data subject to
PL 98-94. Therefore, the offeror must submit evidence of approved
certification on a DD Form 2345, Military Critical Technical Data
Agreement prior to award . C -- ADDITIONAL INFORMATION: (1) Anticipated
Period of Performance: The total length of the technical effort is
estimated to be 10 months. The contractor shall also provide for an
additional 4 months for processing/completion of the final report. (2)
Expected Award Date: 1997 September. (3) Government Estimate:
Approximately two (2) person years level of effort is anticipated. The
government standard of 2080 hours/year was used as an estimate for
calculation. This person hour 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 (CPFF) or Cost (no fee). Any grants awarded will be cost (no
fee). (5) Government Furnished Property: None. (6) Size Status: For
the purpose of this acquisition, the size standard is 500 employees
(SIC 8731). (7) Notice to Foreign-Owned Firms: Foreign contractors are
not permitted to respond due to security and/or requirements of the
ITAR. (8) Background Information: Background information in the form of
applicable technical reports will be made available to contractors on
a "read-only" basis. The reports will be held in the Electronic Warfare
Technical Information Research Center (EW TIRC), located in Building
620, Area B, Wright-Patterson AFB OH. Scheduling for access to the
library must be made directly with the (EW TIRC) librarian, Ms. Carolyn
May, WL/AASE, WPAFB OH, (937) 255-7261. Access to the library and
review of the documents requires a valid SECRET security clearance. (9)
Bidders Briefing: (a) A pre-PRDA proposal conference and site visit
will be conducted at Bldg 620, Room 2.8, 2241 Avionics Circle,
Wright-Patterson AFB, OH 45433-7333 on 30 May 1997 at 0830 for the
purpose of answering questions regarding this acquisition. An
opportunity will be provided to tour the mobile van. (b) Attendance at
the conference requires a valid SECRET security clearance. Submit the
visit requests of all attendees (not to exceed 3) to Brad Kneisly,
WL/AAKR, Bldg 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607
prior to 20 May 97. The facsimile number is (937) 255-3985. This
information must be provided in advance in order to ensure access to
the military base/conference site and adequate seating for the
conference attendees. (c) Prospective Offerors are requested to submit
questions to the point of contact noted above not later than 1700 on
17 May 97. Information provided at this conference shall not qualify
the terms and conditions of the PRDA. Terms of the PRDA remain
unchanged unless the PRDA is amended in writing. (d) A record of the
conference meeting minutes, including any classified information, shall
be made and will be available in the (EW TIRC) library in Bldg 620.
Forward a visit request and contact Ms. Carolyn May, noted above, for
access. The record will include all questions (on a non-attribution
basis) and answers from the conference. Prospective offerors may
request to receive a copy of the meeting minutes by mail upon
verification of a need-to-know and confirmation of adequate classified
storage facilities. (10) The winner of this contract will also be
eligible to participate in the competitive contract process for any
follow on contract to actually design and build the hardware. (11) The
Government desires unlimited rights to all data delivered. The offeror
shall identify technical data to be delivered with other than unlimited
rights. In accordance with DFARS 227.7103-1(c) and 227-7103-5(a)(2),
the offeror shall submit a price for which it would provide proprietary
software or data to the government with unlimited rights or government
purpose rights. 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 secretsor 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 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. (2) Cost Proposal: We
anticipate adequate price competition. Therefore, to perform a cost
realism analysis, the submission of a SF 1448, available from the
contracting point of contact, is required in lieu of a SF 1411. A
suggested format for submission of cost information is available from
the contracting point of contact. Contractors are urged to use this
format (which may be tailored as needed) in the submission of cost
proposals. (3) Page Limitations: The technical proposal shall be
limited to 35 pages (12 pitch or larger type), double spaced,
single-sided, 8.5 by 11 inches. The page limitation includes all
information, except the additional information described below under
the technical proposal. 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 25 pages as
a goal. (4) Technical Proposal: The technical proposal shall include a
discussion of the nature and scope of the research and the technical
approach. 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. The
proposal shall state specific values, indicating the state of the art
today. The proposed technical approach shall explain how the goals are
to be achieved and predict specific parameter values to be achieved.
Additional information, limited to no more than 6 pages of attachments
to the technical proposal and not included in the 35 page limit,
should include (a) prior work in this area, (b) descriptions of
available equipment, data and facilities, (c) the offeror's management
approach to ensure that the proposed effort will be completed, as
scheduled and within the proposed budget/person-hours, (d) and resumes
of personnel who will be participating in this effort. 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. (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 any resulting contract or for 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, which is ranked as the first order
of priority, shall be evaluated based on the following criteria in
descending order of importance, with the first three of equal
importance: (a) new and creative solutions; (b) the offeror's
understanding of the scope of the technical effort; (c) soundness of
offeror's technical approach; (d) the availability of qualified
technical personnel and their experience with applicable technologies;
(e) the offeror's past experience in this technology; and (f)
organization, clarity, and thoroughness of the proposed SOW. Cost,
which includes consideration of proposed budget 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
information will be evaluated at the same time. The Air Force reserves
the right to select for award of a contract, grant or cooperative
agreement any, all, part, or none of the proposals received. Award of
a grant to universities or nonprofit institutions or cooperative
agreement, in lieu of a contract, will be considered and will be
subject to the mutual agreement of the parties. F -- POINTS OF CONTACT:
An Ombudsman has been appointed for this acquisition. The only purpose
of the Ombudsman is to receive and communicate serious concerns from
potential offerors when an offeror prefers not to use established
channels to communicate his concern during the proposal development
phase of this acquisition. Potential offerors should use established
channels to request information, pose questions, and voice concerns
before resorting to use of the Ombudsman. Potential offerors with
serious concerns only are invited to contact ASC's Ombudsman, Mr. Mike
S. Coalson, ASC/SYI, Bldg 52, Room 136, 2475 K Street,
Wright-Patterson AFB, OH 45433-7642. Phone number is (937) 255-5535,
Ext. 232. E-mail address is coalsoms@sy.wpafb.af.mil. Direct all
routine communication concerning this acquisition to Mr. Kneisly,
WL/AAKR. (1) Technical Contact Point: Engineer, Mr. John McCall,
Wright-Patterson AFB, OH 45433-7333 (937) 255-6127, ext. 4232. (2)
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to Mr. Brad Kneisly, WL/AAKR,
Wright-Patterson AFB, OH 45433-7607, (937) 255-2902. See Note 26. *****
(0126) Loren Data Corp. http://www.ld.com (SYN# 0004 19970508\A-0004.SOL)
A - Research and Development Index Page
|
|