|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1997 PSA#1862Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue
SE, Kirtland AFB, NM 87117-5773 A -- LASER ENGINEERING AND TECHNOLOGY SUPPORT SOL PRDA 97-02 POC Kim
M. Reeder, 505-846-0077; Stephen G. Post, 505-846-2964 Phillips
Laboratory/PKLA; Lasers and Imaging Contracting Division; 2251 Maxwell
Ave SE, Kirtland AFB, NM 87117-5773. LASER ENGINEERING AND TECHNOLOGY
SUPPORT. SOL PRDA 97-02 PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT
(PRDA) FOR LASER ENGINEERING AND TECHNOLOGY SUPPORT: SOL PRDA 97-02.
Contractual POC: Kim M Reeder, Contracting Officer, PL/PKLA
(505/846-0077). Technical POC: Stephen G. Post, Project Officer,
PL/LIDD (505/846-2964). A -- The Phillips Laboratory (PL) is interested
in exploratory research and development, analysis, design, fabrication,
and field support of solid-state lasers and optical and nonlinear
optical devices and systems. Proposals with new or unique ideas which
enhance the state-of-the-art and scientific knowledge for scientific
and engineering problems are solicited. ALL POTENTIAL OFFERORS SHOULD
BE AWARE THAT, DUE TO UNANTICIPATED BUDGET FLUCTUATIONS, FUNDING MAY
CHANGE WITH LITTLE OR NO NOTICE. Proposals are desired for new and
innovative concepts associated with a broad range of laser and optical
technology problems, including (though not limited to) high efficiency
lasers, tunable laser gain media, nonlinear optical subsystems for
wavelength versatility and tunability, high power nonlinear optical
materials and coatings, optically-pumped semiconductor lasers, diode
pump arrays, high power lasers, fiber lasers, fiber coupling,
electro-optics, control and data acquisition electronics, laser system
design, optical system design, space qualifiable laser and optical
technology, systems engineering analysis, and program analysis and
review. The primary intent is to develop advanced laser and
laser-related optical hardware which has direct application to Air
Force and DoD technical requirements; an adjunct of this is to provide
laser and optical systems engineering review, evaluation, and
analysis, as well as field support of the hardware development efforts.
Proposals are due 30 days after publication of this announcement.
Proposals received after this date may be evaluated dependent upon
funds availability. Funding is estimated at $2,500,000 per year
extended over a five year period (one year basic contract period of
performance with four one-year options). It is the government's intent
to have one or more contractor(s) that perform the research and
development effort and one or more contractor(s) that evaluate and
support technology development programs. Conflict of Interest
provisions may apply; therefore, the appropriate exclusion or
nondisclosure agreements may be required. The effort will consist of a
contract management task and technical taskings. The contract
management task, which should only include the minimum effort required
for overall contract management, will be issued at contract award. As
the government defines each new technical task, the task will be
competed between awarded contracts. Each technical task should include
its own technical/program management. It is possible that, even though
a contractor has been awarded a contract, no tasks other than the
contract management task will ever be awarded to the contractor. The
evaluation criteria used to determine who is assigned each task will
vary depending on the task's nature; these criteria will be made
available to the contractors before each task proposal is written. B --
PROPOSAL PREPARATION INSTRUCTIONS: 1) Management/technical proposal:
The management/technical proposal shall include an executive summary,
program description, statement of capabilities, facilities, equipment,
resumes/time-commitments for all key personnel, and current
facility/personnel clearance level. The proposals for each sample task
(management and technical) shall include a program plan, technology
transition plan, and milestone chart, specifically addressing the
task's effort. The management/technical proposal shall address the
contract management effort required and the sample technical tasks (not
included in this announcement). Offerors are encouraged to respond to
all sample technical tasks where they believe they have capabilities
(up to a maximum of five tasks). A package containing seven sample
tasks must be requested in writing from PL/PKLA. Fax requests to
505/846-1546 or e-mail reederk@plk.af.mil. The management/technical
proposal should include Statements of Work (SOW) for the contract
management task and each sample technical task, detailing what will be
accomplished under the proposed effort. The SOWs should be suitable
for contract incorporation. All offerors are reminded that these tasks
are samples and may or may not be issued under a contract award.
Contractors are advised that those proposing to task seven will not be
allowed to respond to the other six tasks, as this task will require
evaluation of technology development programs of other contractors. 2)
Cost Proposal: The cost proposal price breakdown shall be prepared in
accordance with FAR 15.804-6 and shall be in a format which includes
supporting schedules and person-hour breakdown per task (management and
technical tasks). 3) Deliverable Items: Data Deliverables shall be
proposed that will adequately provide the government with sufficient
information to ascertain the effectiveness of the offeror's operations.
4) Other requirements: (a) Public Law 98-94 may be applicable to this
program. Offerors must submit a DD Form 2345, Militarily Critical
Technical Data Agreement, to the Commander, Defense Logistics Service
Center, Attn: DLSC-FBA, Federal Center, Battle Creek MI 49117-2084
(800)352-3572, for certification. The offeror is required to submit a
copy of the approved DD Form 2345, including the required certification
acceptance, to the contracting officer with each proposal. Failure to
submit this certification may result in non-consideration for award if
it is determined to apply to the proposed effort. Offerors shall
certify in their proposal that they will comply with all provisions of
this law. (b) International Trade in Arms Restrictions (ITAR) may
apply. Offerors must have appropriate ITAR clearances, if applicable.
Foreign owned firms are advised they will not be allowed to participate
as the prime contractor with the exception of firms from countries that
have international agreements with the USAF in the laser technology
area. 5) General Information: (a) Offerors should apply the restrictive
notice prescribed in FAR 52.215-12, Restriction on Disclosure and Use
of Data, to trade secrets or privileged commercial and financial
information contained in their proposals. (b) Technical and cost
proposals submitted in separate volumes are required and must be valid
for a period of not less than 160 days from submission. Proposals must
reference the above PRDA number, include a unique proposal
identification number, identify the proposal subject area, and the
technical point of contract. The management/technical proposal shall be
limited to 40 pages for the information listed above, including the
contract management task effort. Additionally, the offeror is allowed
12 pages for each sample technical task proposal. The page format shall
be 12 point or larger type, single spaced, one inch margins, single
sided, 8.5 by 11 inch pages. The page limitation for the
management/technical proposal includes all information (i.e., indices,
photographs, foldouts, appendices, attachments, resumes, etc.). Pages
in excess of this limitation will not be considered by the government.
The cost proposal has no page limitation; however, offerors are
encouraged to keep cost proposals to a goal of 20 pages. Unnecessarily
elaborate brochures or presentations beyond that sufficient to present
a complete and effective proposal are not desired. Proposals shall be
submitted in an original and four copies with the original being
clearly marked as to distinguish it from the copies. Proposals shall be
submitted to Phillips Laboratory (PL/PKLA, Attn: Ms Kim M Reeder, 2251
Maxwell Ave SE, Kirtland AFB NM 87117-5773). This announcement is an
expression of interest only and does not commit the government to pay
for proposal preparation cost. The cost of preparing proposals in
response to this PRDA is not considered an allowable direct change to
any resulting contract or to 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. (d) If a subcontract(s) with a Federally
Funded Research and Development Center (FFRDC) is proposed, offerors
are reminded of the limitations in their use (see FAR 35.017) and must
provide documentation in the proposal that work is not otherwise
available from the private sector. (e) Each proposal shall reflect the
potential for commercial application and the benefits expected to
accrue from this commercialization. Discussions with any of the points
of contact shall not constitute a commitment by the government to
subsequently fund or award any proposed effort. Only Contracting
Officers are legally authorized to commit the government. C -- BASIS
FOR AWARD: The selection of a proposal for award will be based upon an
evaluation of an offeror's response (both technical and cost) to
determine the overall merit of the proposal addressing all of the
requirements in this announcement and the availability of funds. The
management/technical proposal will be evaluated using the following
factors in descending order of importance: (1) demonstrated scientific
and/or technical merit; (2) feasibility; (3) the offeror's
capabilities, related experience, facilities, techniques, or unique
combinations of these which are integral factors for achieving proposal
objectives; (4) qualifications, capabilities, and experience of key
personnel; (5) the offerors record of present and past performance; (6)
and the potential contributions of the effort to the project's mission
and the extent to which the research effort will contribute to
balancing the overall mission program. Cost proposals will be evaluated
for reasonableness and realism. Technical considerations are more
important than cost. Proposals will be classified into one of the
following three categories: (1) Category I -- Well conceived
scientifically and technically sound proposals pertinent to program
goals and objectives and offered by a responsible contractor with the
competent scientific and technical staff and supporting resources
needed to ensure satisfactory program results. Proposals in Category I
are recommended for acceptance and normally will be displaced only by
other Category I proposals. (2) Category II -- Scientifically or
technically sound proposal that may require further development and can
be recommended for acceptance but are at a lower priority than Category
I. Proposals in this category are not always funded. (3) Category III
-- Proposals are recommended for rejection for the particular
announcement under consideration. D -- This is an unrestricted
competition. This program is anticipated to be unclassified. For the
purposes of this PRDA, the Standard Industrial Classification (SIC)
code is 8731, 1000 employees. This CBD announcement in and of itself
constitutes the PRDA as contemplated in FAR 6.102(d)(2). Pending
availability of funds, one or moreawards are expected to be made within
90 days after the due date. An Indefinite Delivery/Indefinite Quantity
(IDIQ) contract is expected to be awarded. The minimum order will be
1% of the basic contract award and 1% of each option(if exercised).
Offerors are advised that a copy of the final report submitted under
any resultant contract is made available to industry, subject to
national disclosure policy and regulations. This PRDA will be posted on
the PL Contracting Bulletin Board, the Science and Technology
Acquisition Referral System (STARS). STARS is provided by the PL
Kirtland AFB NM as a service to industry and other interested parties.
STARS is a means of disseminating key solicitation documents to allow
contractors and other interest parties to access and download these
documents into their existing computer systems. The STARS Bulletin
Board is available on the Internet at http//www.plk.af.mil. An
Ombudsman has been appointed to hear concerns from offerors or
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is to receive and communicate
serious concerns from potential offerors when an offeror prefers not to
use established channels to request concerns during the proposal
development phase of the acquisition. Potential offerors should use
established channels to request information, pose questions and voice
concerns before contacting the Ombudsman. For serious concerns only,
potential offerors are invited to contact the Phillips Laboratory
Ombudsman, Colonel James Ledbetter, USAF, Director of Operations, at
505/846-4964 (or at PL; 3550 Aberdeen Drive SE; Kirtland AFB, NM
87117-5776). The alternate PL Ombudsman is Mr. Bruce Grunsten in the
Directorate of Contracting, PL/PKM, at 505/846-8273. (0156) Loren Data Corp. http://www.ld.com (SYN# 0010 19970609\A-0010.SOL)
A - Research and Development Index Page
|
|