Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,1997 PSA#1876

69 -- F-15C MULTI-STAGE IMPROVEMENT PROG (MSIP) FOUR SHIP SIMULATION & AERIAL COMBAT ENHANCED SIMULATION (ACES) This is Part 2 of 2 of Request for Proposal (RFP) F33657-97-R-0025 for the F-15C Multi-Stage Improvement Program (MSIP) Four Ship Simulation and Aerial Combat Enhanced Simulation (ACES) Program (herein referred to at F-15C ACES). Part 1, describing the programs technical requirements and beginning the instructions to offerors, is contained in the preceding CBD announcement. This part continues the remaining instructions to offerors and evaluation procedures. (E) Volume V Final Contract -- This volume is the final contract and shall include all finalized Terms and Conditions, CLINs, prices, and attachments. All revisions to the Volume II and/or III submittal shall be annotated. A suggested pricing matrix (on PIXS as PriceMat.xls, dated 20 Jun 97), in Microsoft Excel 7.0 is provided. The pricing matrix also reflects the Government's anticipated CLIN structure. A cell with $FFP indicates the requirement for a firm-fixed price(FFP) or FFP with economic price adjustment (EPA) for that site and CLIN. A cell with $NTE indicates a not-to-exceed price is required. A cell with N/A indicates this effort is not pre-priced. When applicable the offeror is responsible for all costs associated with performance sites at overseas locations (e.g.: Status of Forces Agreements, labor agreements, taxes to foreign Governments, )Request the pricing be submitted in Microsoft Excel 7.0 format. The offeror must include in Volume V a clear statement that the proposal is valid for no less than 60 days from the due date of Volume V. Capability Demonstration -- In conjunction with the oral proposal, the offeror shall provide a demonstration of capabilities to support and integrate the types of technologies to be used to meet proposed specification requirements. The demonstration should be supplemented by the Oral Proposal in terms of how the offeror intends to bridge any gaps between demonstrated technologies and specified performance of the delivered services. Oral proposals -- The Offeror shall provide an oral proposal of the approach to providing F-15C ACES at Eglin AFB in March 1999 and Langley AFB in June 1999. The oral presentation shall be conducted in accordance with the rules of engagement described in this solicitation, and shall include, as a minimum, the following information: (1) The offeror's approach to obtaining aircraft/weapon/threat design data and managing risks and issues associated with this task. (2) The offeror's system level approach to satisfying the requirements defined in his proposed specification. (3) The offeror's proposed design approach that supports system upgrades/growth and adaptability to emerging distributed mission training technologies. (4) The offeror's plan to meet IOC, risks associated with meeting the schedule and methods for managing such risks. Oral Proposal/Demonstration Rules of Engagement: (1) The oral proposal and the demonstration shall be conducted at a single location of the offeror's choice, with concurrence by the Government PCO. The 30 Jun 97 PCO notification will provide concurrence. The combined demonstration/oral proposal shall be conducted over one and one-half days beginning no earlier than 8:00AM on day 1 and ending NLT noon on day 2 and not exceed 10 hours for oral proposal and demonstration and a two hour session on day 2 for the Offeror to respond to written questions provided by the PCO. Additional time for lunch and breaks should be scheduled. The mix of demonstration time and oral proposal time shall be at the discretion of the offeror. The offeror is responsible for videotaping the oral proposal and, if possible, the demonstration and shall provide one copy of the video to the PCO. (2) The PCO will provide the original briefing media to the offeror for presentation on the day the Oral Proposal begins. The contractor will only be able to brief the media as submitted with the proposal, with no changes or additions to the submitted media allowed. The media and video shall be returned to the PCO by noon on day 2. (3) A written agenda of activities shall be submitted to the Government no later than five (5) days prior to the oral proposal/demonstration. (4) Organization, operation, and cost of the demonstration will be the sole responsibility of the offeror. (5) The Government Source Selection Evaluation Team (SSET) attending the oral proposal and demonstration will not exceed 8 people, and all will have Security Clearances at a minimum of the Secret level. (6) Information presented in the oral proposal and the demonstration will not be contractually binding. The basis for award will be IAW FAR 52.212-2. The following will be inserted into paragraph (a): "The source selection will be conducted IAW modified AFFARS Appendix AA procedures and the AFMC Supplement thereto. Award will be made to the offeror who is deemed responsible IAW the Federal Acquisition Regulation and whose proposal conforms to the requirements of this solicitation and is judged to represent the Best Value to the Government. To arrive at best value the various components of the proposal will be evaluated for consistency, both within the proposal, and with this solicitation and supporting documents. The proposal will be evaluated against specific criteria as defined below. Each factor will be assigned a proposal color rating (Blue, Green, Yellow, Red) and a proposal risk rating (Low, Moderate, High). A single past performance rating (Low, Moderate, High) will be assigned to each area, per AFFARS Appendix AA. All rating components will be presented to the Source Selection Authority (SSA) for his review Under specific criteria the areas are in descending order of importance and factors under the technical area are in descending order of importance. Specific Evaluation Criteria are: (1) Technical Area, with factors of; (a) Simulation Utility: The Offeror's proposed technical approach will be evaluated for supporting F-15C full combat tactical training throughout the contract period of performance and (b) Data: The offeror's approach for data collection and aircraft concurrency will ensure the timely and accurate implementations of aircraft simulations necessary to successfully provide the training capability. (2) Schedule Area: The Offeror's proposed approach will be evaluated to determine ability to provide specified F-15C simulation services with an IOC of March 31, 1999. (3) Price: The government will evaluate proposed prices in terms of the potential total contract value to include all sites for up to a 15 year period of performance (e.g. 2012). Prices will be evaluated for reasonableness, realism, and completeness as defined in AFFARS Appendix AA-309. A Small Disadvantaged Business (SDB) evaluation preference will be evaluated by adding a factor of ten percent to the price of all offers, except in accordance with DFAR 252.219-7006. The ten percent factor will be applied on a total price basis. Other evaluation factors described in the solicitation will be applied before application of the ten percent factor. The ten percent factor will not be applied if using the preference will cause the contract award to be madeat a price which exceeds the fair market price by more than ten percent. Any proposal that is materially unbalanced as to the price for the basic contract period/sites, and Award Term will be considered deficient. Realism, reasonableness, and completeness shall be determined IAW the procedures at FAR 12.209. General considerations: General considerations will include the offeror's compliance with RFP terms and conditions. Failure to comply with RFP terms and conditions may result in an offeror being removed from consideration for award. The government may also conduct a pre-award survey and the results thereof will be considered in the evaluation process. IAW FAR 15.605(b)(1) the specific evaluation criteria, general considerations and price are in descending order of importance. Therefore, specific criteria and general considerations, when combined, are significantly more important than price. The Government will perform the following risk assessments: (1) A proposal risk assessment of the risks associated with the offeror's proposed approach to accomplish RFP requirements. The oral proposal and demonstration will factor into proposal risk. (2) A performance risk assessment based on the offeror's relevant past and present performance. The offeror furnished data of the contracted versus actual deliveries of similar simulation services / devices will be used in arriving at a performance risk assessment for the technical and schedule risk area. Performance risk will be reported at the area level. The Scope of the Evaluation is: A color/adjectival rating, a proposal risk assessment, and a performance risk assessment will be assigned. Each of the factors in the technical area will receive color/adjectival rating and a proposal risk assessment. Each area, technical, schedule and price, will receive a performance risk assessment. When the integrated assessment of all aspects of the evaluation is accomplished the color/adjectival ratings, proposal risk assessments and performance risk assessments are all considered equally; any one of these considerations can influence the source selection authority's (SSA) decision. The technical area will be evaluated on how effectively the offeror's written and oral proposal and demonstration meets the technical, support and management requirements of this RFP and will address the adequacy of the offeror's proposed specification and business plan. Much of the evaluation will focus on the offeror's plan for moving from the demonstration capability to meet the requirements of the SCRD. Evaluation of the total 15 year term shall not obligate the Government to issue orders for all 15 years." Offerors must include in their proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items. This shall be submitted with Volume III. The clause at 52.212-4, applies to this acquisition. Each offeror's proposed commercial terms and conditions will be addenda to 52.212-4. The Model contract: Offerors shall propose provisions which provide for (1) an award term incentive to allow performance out to 15 years ((sample clause on PIXS as AwardTC.doc, dated 20 Jun 97 and a draft award term plan (will not be attached to the contract) as AwardTP.doc, dated 20 Jun 97), (2) a site visit to comply with the intent of FAR 52.237-1, (3) protection of Government buildings, equipment and vegetation to comply with the intent of FAR 52.237-2, (4) continuity of services for a successor contractor to comply with the intent of FAR 52.237-3, (5) extension of services to comply with the intent of FAR 52.217-8, (6) commercial acceptance of the service, (7) base support to comply with the intent of AFMC FAR Sup 5352.245-9000 (on PIXS as Clauses.doc, dated 23 Jun 97). In accordance with FAR 12.301(e) the following FAR clauses are to be incorporated either in full or by reference into the contract (1) FAR 52.216-18 ORDERING (APR 1984) subparagraph (a) insert "7 (seven) years", (2)FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) subparagraph (a) "Minimum order" insert "1 (one) hour", (b)(1) insert "3,000 hours", (b)(2) insert "23,000 hours", (b)(3) insert "90 days", (d) insert "5 days", (3) FAR 52.216-21 REQUIREMENTS (OCT 1995) insert in subparagraph (f) "1 year after expiration of the ordering period" The clause at 52.212-5, applies to this acquisition with the following FAR clauses applicable to this acquisition: 52.219-8, 52.219-9. The Service Contract Act (SCA) applies to contracts which have labor categories other than bona-fide executives (supervisors), administrators (managers), or professionals (predominantly intellectual, varied work, traditionally requiring prolonged, advanced learning, original or creative work, or teaching). Definitions of these exemptions are found in Title 29, CFR 541. If the offeror's proposal involves services of such exempt employees, the resulting contract will not be subject to SCA. However, if the offeror's proposal has a significant (defined as 20% or more) number of nonexempt service employees working on the resulting contract, SCA will apply and the following clauses are applicable to this acquisition: 52.222-41, 52.222-42, 52.222-43, 52.222-44, and 52.222-47. If the SCA is applicable the offerors shall include the SCA applicable wages in Volume V. The clause at DFARS 252.212-7001 applies to this acquisition with the following DFARS clauses applicable to this acquisition: 252.219-7003 and 252.219-7006. If the offeror is under the Comprehensive SB/SDB Subcontracting Plan Test Program, propose the appropriate clauses.

Loren Data Corp. http://www.ld.com (SYN# 0516 19970627\SP-0002.MSC)


SP - Special Notices Index Page