Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1997 PSA#1841

R&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