|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1997 PSA#1934R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- PARTS OBSOLESCENCE MANAGEMENT TOOLS SOL BAA 97-11-MLKT POC
Contact William O. Beeman, Contract Negotiator, 937-255-3506 or Bruce
J. Miller, 937-255-3506 E-MAIL: click here to contact the contract
negotiator, beemanwo@wl.wpafb.af.mil. INTRODUCTION: Air Force Research
Laboratory, Manufacturing Technology Directorate (WL/MT) is interested
in receiving proposals (technical and cost) for the program entitled
"Parts Obsolescence Management Tools". The solicitation number is
BAA-97-11-MLKT. For consideration, proposals in response to this BAA
shall be received by 97NOV05, 1500 hours Eastern Time, addressed to
Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B,
Attn: (Mr. William O. Beeman, WL/MLKT) 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.
Offerors should be alert for any BAA amendments that may be published.
Offerors should obtain a copy of the WL Guide entitled, "PRDA and BAA
Guide for Industry." This guide was specifically designed to assist
offerors in understanding the PRDA/BAA proposal process. Copies may be
obtained from the contracting point of contact stated herein or the
Wright Laboratory Contracting Web Page
(www.wl.wpafb.af.mil/contract/hp.htm). There will be an additional
related solicitation issued against this requirement in approximately
four months. The additional solicitation will focus on demonstrations
of the products of contracts resulting from this solicitation and other
topics related to the use of commercial microcircuit technologies in
defense systems. A company not selected for an award under this BAA
would not be precluded from submitting a proposal on the second BAA. B
-- REQUIREMENTS: (1) Technical Description: Parts obsolescence
problems are prevalent in fielded and developmental systems where the
service life or development cycle is longer than the manufacturing life
of one or more of its components. With the typical manufacturing life
of most electronic components today being two to four years it is
expected that most defense systems will have obsolescence problems
before fielding and certainly experience obsolescence during service
life. The purpose of this effort is to develop parts obsolescence
management decision tools and reverse engineering tools for defense
systems affected by parts obsolescence. It is expected that any parts
obsolescence management decision tools developed by this effort will be
generic enough in nature to support parts obsolescence management
decision making for electronic and non-electronic items (e.g. engines,
aircraft structures, etc.). This BAA will be divided into two areas
for proposal and evaluation purposes. Area A will address parts
obsolescence management decision tools for electronic and
non-electronic items. The parts obsolescence management decision tools
will support electronic configuration items and non-electronic
configuration items (e.g. engines, aircraft structures, etc.). There
are multiple options available to handle any given obsolescence
situation that arises. The focus of obsolescence management decision
tools is to provide the parts obsolescence management community the
information necessary to determine the most cost-effective solution
with consideration of all the relevant variables. Relevant variables
may include current system availability, system life cycle plans,
system content, existing engineering data, system testing costs,
current system operating costs, redesign and manufacturing costs, and
impacts on system hardware and software configurations. Proposed
projects should enhance the current state of the art by providing for
consideration of all relevant variables influencing a parts
obsolescence situation and better information integration across legacy
obsolescence management tools. It is also anticipated that Area A tools
will enable parts obsolescence management personnel to be more
proactive in their approaches to parts obsolescence management. This
will be made possible by having better information and predictive tools
from Area A developments. Area B will address the development of
reverse engineering and manufacturing tools necessary to design and
manufacture a cost effective form, fit, function, and interface
replacement for electronics items affected by parts obsolescence. Focus
topics should include the extraction of accurate and useful reverse
engineering information from legacy data sources and reverse
engineering automation tools to decrease the time and cost to engineer
and manufacture complex form, fit, function, and interface replacement
electronic items. There are several engineering and manufacturing
solutions available for the obsolescence problems manifested at the
integrated circuit level of integration (e.g. Generalized Emulation of
Microcircuits (GEM), field programmable gate arrays (FPGA), etc.).
Therefore, Area B will address the levels of electronic integration
from the printed circuit board to the subsystem. It is envisioned that
Area A and Area B developed tools will be used in practice the
following way: Area A obsolescence management decision tools will be
used by parts obsolescence management personnel to determine the most
cost effective engineering and manufacturing approach to resolve a
parts obsolescence situation. Possible parts obsolescence management
solutions recommended by Area A tools may include, but not be limited
to: perform a life of type lot buy of the integrated circuit; or
reengineer the integrated circuit with a generalized emulation of
microcircuits (GEM) approach; or engineer and manufacture a form, fit,
function, and interface compliant replacement printed circuit board
with newer integrated circuit technologies; or engineer and manufacture
a form, fit, function, and interface compliant replacement subsystem.
Each of the recommended solutions would be accompanied by cost and
schedule impact information. These are some of the possible
recommendations that could be provided by Area A parts obsolescence
management decision tools and is meant to be representative but not all
encompassing. After the parts obsolescence management decision is made
by the cognizant program office the engineering and manufacturing
tools developed in Area B would be utilized. The strength of these
tools is the ability to extract form, fit, function, and interface
information from legacy data sources to assist in automating the
process of engineering and manufacturing the replacement unit. With the
capture and creation of form, fit, function, and interface information
for engineering complete, additional Area B tools could be used to
automate the process of engineering the complex form, fit, function,
and interface replacement electronic items. It is expected that recent
advances in the areas of top-down design and simulatable
specifications developed by the Continuous Electronics ENhancements
using Simulatable Specifications (CEENSS) (www.ece.uc.edu/~kbse/ceenss)
and Rapid Prototyping of Application Specific Signal Processors (RASSP)
(www.rassp.scra.org) programs and commercial computer-aided design
(CAD) companies will be utilized. Access to low cost, high quality
printed circuit board manufacturing facilities may also be included in
Area B tool developments to take advantage of the latest commercial
abilities to manufacture low volume, high mix items cost effectively;
thereby lowering the manufacture costs for the reengineered electronics
item. Technology and standards under development by the Electronics
CAD/CAM Exchange (Ecce) (www.inmet.com/ecce) project may assist in
meeting this goal. Information on these programs is available on the
World Wide Web at the addresses listed in parentheses after each
program name. It is expected that commercialization of all tools
developed in Areas A and B shall occur and the plans for accomplishing
this shall be included in the proposal. Commercialization is deemed to
be of such importance that it is also included as a critical part of
the technical evaluation criteria. Organized workshops shall be held
bi-annually during the projects to encourage the sharing of ideas, the
development of linkages between the tools and the transition of
developed technologies. Therefore, all offerors shall include adequate
travel costs to attend these meetings; tentatively planned to be held
at Wright-Patterson AFB OH. (2) Deliverable Items: The following
deliverable data items shall be proposed: (a) R&D Status Report,
DI-A-3002A/T, monthly; (b) Funds and Manhour Expenditure Report,
DI-FNCL-80331/T monthly; (c) Project Planning Chart, DI-MGMT-80507A/T
quarterly; (d) Contract Funds Status Report (CFSR), DI-F-6004B/T,
quarterly; (e) Presentation Material, DI-3024A/T, as required; (f)
Informal Technical Information Contractor's Billing Voucher,
DI-S-30593/T, monthly; and (g) Scientific and Technical Reports,
DI-MISC-80711/T, (Draft and Reproducible Final). (3) Security
Requirements: It is anticipated that work performed as a result of this
BAA will be unclassified. (4) Other Special Requirements: None. C --
ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The
total length of the technical effort is estimated to be 24 months for
Area A and 36 months for Area B. The contractor shall also provide for
an additional 4 months for processing/completion of the final report
after completion of the technical efforts. Offerors may be awarded work
described as Area A or Area B or both Area A and B. If awarded both
areas the work shall be performed concurrently, for a total period of
performance of 40 months, including reporting. (2) Expected Award Date:
1998 January -- April. (3) Government Estimate: The government
anticipates approximately $500,000 per contract award for Area A and
approximately $1,500,000 per contract award for Area B. Multiple awards
are possible. 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: Based
upon Section 256 of the National Defense Authorization Act for Fiscal
Year 1995 (Public Law 103-337), the use of a Cost share contract or a
cooperative agreements (which contains cost sharing) is required. It is
noted that FAR part 31 sets forth the principles for allowable cost
share pertaining to contracts while the DoD Grant and Agreement
Regulations (DoDFARS)(32CRF21-37) defines allowable cost sharing for
cooperative agreements. (5) Government Furnished Property: 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: Foreign contractors should be aware that this acquisition is
limited to firms from countries that are members of the North Atlantic
Treaty Organization (NATO). Public Law 98-94 and ITAR are applicable
to this procurement action. 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. Proposals must
reference the above BAA number. Proposals shall be submitted in an
original and ten copies. In addition to the hard copies, full
proposals, both technical and cost, are required to be submitted on 3
-1/2 inch DOS-formatted floppy disks or CD-ROM in Microsoft Word
Version 7.0. 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: Adequate price competition is anticipated. Based upon this
ignore the pricing requirements contained the WL PRDA/BAA Guide for
Industry. The accompanying cost proposal/price breakdown shall be
furnished with supporting schedules and shall contain a personhour
breakdown per task. It shall also contain details as to the development
of material, travel and subcontractor costs. An analysis of each major
subcontractor shall be performed by the offeror and included in the
cost proposal. This review of subcontractors' proposals shall discuss
the adequacy of their technical approach in meeting their assigned
tasks. Also, discuss the adequacy of the proposed labor hours, labor
mix, materials and travel to accomplish the proposed effort. Details of
the cost sharing to be undertaken and the rationale for the cost share
percentage should be included in the cost proposal. (3) Technical
Proposal: The technical proposal shall include a discussion of the
nature and scope of the research and the technical approach. Additional
information such as synopses of prior work in this area, descriptions
of available equipment, data and facilities, 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) a Statement of Work
(SOW) detailing the technical tasks proposed to be accomplished under
the proposed effort, suitable for contract incorporation. Offerors
should refer to the WL Guide referenced in Section A to assist in SOW
preparation. Any questions concerning the technical proposal or SOW
preparation shall be referred to the Technical Point of Contact cited
in this announcement, (b) a statement of intention, if any, to use
foreign nationals; (c) a breakout of person hours for each major task
in the SOW; and (d) the names and qualifications of subcontractors, and
the level of effort to be subcontracted. Offerors are notified that the
SOW, or any part thereof, may be incorporated by reference, in any
resulting award. The paragraph numbering used in the technical proposal
for the technical approach discussion, the SOW tasks, and the cost
proposal shall correlate. (4) Page Limitations: The technical proposal
shall be limited to 30 pages (12 pitch or larger type), double-spaced,
single-sided, 8.5 by 11 inches. Margins shall not be less than 1.25".
Proposals submitted shall be readable by Microsoft Office products. The
double spacing requirement shall be satisfied by Microsoft's Word's
double spacing method and the 12 pitch or larger requirement shall be
satisfied by setting the Microsoft Word For Windows type size (point)
at 10 or smaller. The page limitation includes all information, i.e.
indexes, photographs, foldouts, appendices, etc. The government will
not consider pages in excess of this limitation. Cost proposals have no
limitations, however, offerors are requested to keep cost proposals to
50 pages as a goal. (5) Preparation Cost: This announcement is an
expression of interest only and does not commit the Government to pay
for any response preparation cost. The cost of preparing proposals in
response to this BAA 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. If selected for negotiation, qualifying Offerors will be
required to submit small business subcontracting plans. E -- BASIS FOR
AWARD: The selection of one or more sources for award will be based on
an integrated 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 which are of equal importance: (a) new and creative solutions;
(b) the offeror's understanding of the scope of the technical effort;
(c) soundness of the offeror's technical approach, commercialization
approach and proposed SOW; and (d) the offeror's past experience and
the availabilityof qualified technical personnel. Cost and/or price,
which includes consideration of proposed budgets, cost sharing ratios,
the cost sharing percentage rationale 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 other assistance
instrument, any, all, part, or none of the proposals received. Award of
a grant, in lieu of a contract, to universities and nonprofit
institutions will be considered and will be subject to the mutual
agreement of the parties. F-POINTS OF CONTACT: (1) Technical Points of
Contact: Engineers, Bill Russell (937) 255-7371 (email
russelwe@ml.wpafb.af.mil) or Tony Bumbalough (937) 255-2644 (email
bumbalab@ml.wpafb.af.mil), Wright-Patterson Air Force Base, OH
45433-7739. Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the Wright Laboratory,
Directorate of Research and Development Contracting, William O. Beeman,
WL/MLKT, Wright-Patterson Air Force Base, OH 45433-7607, (937)
255-7143/3506, email beemanwo@wl.wpafb.af.mil. (2) An Ombudsman has
been appointed to hear concerns 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 William O. Beeman,
Contract Negotiator, WL/MLKT, Building 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607, Telephone 937-255-3506. 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 may be directed to the Ombudsman, Mr. Mike S. Coalson,
ASC/SYI, Bldg. 52, Room 136, 2475 K Street, Wright Patterson AFB, OH
45433-7642, email coalsoms@sy.wpafb.af.mil; telephone 937-255-3855. See
Note 26. (0260) Loren Data Corp. http://www.ld.com (SYN# 0006 19970919\A-0006.SOL)
A - Research and Development Index Page
|
|