|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- AFFORDABLE MANUFACTURING OF ADVANCED LO COATINGS SOL PRDA NO.
98-26-MLKT POC Contract Ms. Sue Palmer, Contract Negotiator, (937)
255-7143 or Contracting Officer, Mr. Tom Jones (937) 255-7143 WEB:
click here to view the R&D Contracting home page,
http://www.wrs.afrl.af.mil/contract/. INTRODUCTION: Air Force Research
Laboratory (AFRL/MLMP) is interested in receiving proposals (technical
and cost) on the research effort described below. Proposals in response
to the PRDA shall be submitted by 13JUL98, 1500 hours, Eastern Standard
Time, addressed to Air Force Research Laboratory R&D Contracting
Office, 2530 C Street, Bldg. 7, Area B, Attn: (Ms. Sue Palmer,
AFRL/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 and time specified herein shall be treated in accordance with
restrictions of FAR 52.215-1( c ), a copy of this provision may be
obtained from the Hill Air Force FARSITE web page address:
http://farsite.hill.af.mil. There will be no other solicitation in
regard to this requirement. Offerors should be alert for any PRDA
amendments that may permit subsequent submissions of proposed dates.
Offerors should request a copy of the WL Guide entitled, "PRDA and BAA
Guide for Industry" Dated November 1992. This guide was specifically
designed to assist offerors in understanding the PRDA/BAA proposal
process. Copies may be requested from the contracting point of contact
stated herein or copies may be obtained at the Wright Research Site
Contracting Office web page: www.wrs.afrl.af.mil/contract. B --
REQUIREMENTS: (1) Technical Description: Low Observable (LO) coatings
have matured over the last several years to the point where scale-up
production is being addressed. The purpose of this effort is to define,
develop and validate an integrated manufacturing process for the
fabrication of low-cost, high performance LO pigments for formulation
into LO coatings. The current multi-step process utilizes commercial
equipment not designed for efficient LO pigment and coatings
fabrication. The pigment, when formulated into a coating, will be used
to minimize the optical signature of DoD systems. The pigment will
eventually be formulated into coatings of multiple colors (including
Fed Std. Color number 36173 and 36118). The project shall establish a
prototype facility capable of producing a minimum of 2 million square
feet of pigment per year. This effort will utilize a phased approach.
The Air Force Contracting Officer will provide written notification to
proceed to Phase II no later than 12 Months After Contract (MAC). This
effort will be accomplished through the following Phases: (I) Define,
design and manufacture a self contained deposition system which
incorporates the minimum requirements to validate the manufacture of
low cost, high performance LO pigment. This self-contained system shall
be capable of producing pilot plant levels (2 million square feet per
year) of pigment. The system shall have the versatility to deposit
multiple thin film metal, organic, and inorganic layers. Acceptance
testing shall be performed to validate the performance and throughput
capability; (II) Design, fabricate, install and validate an integrated
prototype facility capable of producing LO pigment at a pilot plant
rate in a classified environment. The validation of the system shall
occur by the production and test of a number of material samples
including paint and appliqu . Samples will be evaluated for cost,
performance, uniformity, and quality. The rate capability and quality
of each product form shall be documented. Additional areas for
improvement / enhancement shall be identified. Specific entrance and
exit criteria with corresponding metrics, for each phase shall be
proposed. A detailed cost benefits analysis shall be conducted to
predict and validate the prototype rates and cost of the final
products. A production plan shall be written incorporating plans and
capabilities for the production of various product forms and their
availability for DoD systems and shall be incorporated into the final
report. The Government anticipates the resulting award will contain a
contractual provision for lease or buyback of the equipment developed
in the performance of this program. Offerors are encouraged to address
this requirement and offer alternatives for the disposition of the
equipment at the end of the program. Additional technical details are
contained in a classified supplement which will be available from the
AFRL/MLMP project engineer upon written request and verification of
SECRET clearance, SECRET storage capabilities, and determination of
need-to-know. The factors used to determine need-to-know will include
a demonstrated capability to perform the required research and
development, plus qualified personnel and storage clearance. If the
offeror requires transfer of information other than SECRET, contact the
contract negotiator for further guidance. (2) Deliverable items: The
following deliverable data items shall be proposed: (a) Scientific and
Technical Reports, DI-MISC-80711/T, (draft and reproducible final
report); (b) Contract Fund Status Report (CFSR), DI-FNCL-81468/T,
(quarterly), (c) Funds and Man-Hour Expenditure Report,
DI-FNCL-80331/T, (monthly); (d) Scientific and Technical Reports,
DI-MISC-80711/T, Contractor's Billing Voucher,(monthly); (e) Project
Planning Chart, DI-MGMT-80507A/T, (monthly); (f) Status Report,
DI-MGMT-80368/T, (monthly); (g) Presentation Material,
DI-ADMIN-81373/T, (as required); (h) Still Photo Coverage,
DI-MISC-80169, (as required); (i) Operation Security Plan(OPSEC),
DI-MGMT-80934/T, (5 Months After Contract (MAC), (j) Cost/Schedule
Status Report (CSSR), DI-MGMT-81467/T, (monthly), and (k) Contract Work
Breakdown Structure (CWBS), DI-MGM-81334/T, (one/R). The design of
equipment, the equipment itself, and material samples shall be
deliverables at the completion of the effort. (3) Security
Requirements: SECRET facility and storage clearance requirements apply.
TEMPEST requirements will apply. Generation of classified material for
this solicitation effort is authorized only on equipment approved for
classified processing by Air Force TEMPEST authorities. (4) Other
Requirements: International Traffic in Arms Regulations is applicable.
C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance:
The total duration of the technical effort is estimated to be 24 months
plus an additional 4 months for processing/completion of the final
report (there is an overlap of 2 months between Phases I and II). Phase
I: 14 months; and Phase II: 12 months. (2) Anticipated Award Date: Aug
98. (3) Government Estimate: The Government funding profile is
estimated as follows: 6.3 funding: FY98 -- $3.5M, FY99 -- $4.7M. 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: A Cost Plus Fixed Fee Contract is
anticipated. (5) Government Furnished Property: None contemplated. (6)
Notice to Foreign-Owned Firms: Such firms are asked to immediately
notify the Air Force point of contact cited below upon deciding to
respond to this announcement. Foreign contractors should be aware that
restrictions might apply which may preclude their participation in
this acquisition. This acquisition may involve data that are subject to
export control laws and regulations. A foreign disclosure review of the
technical data has not yet been accomplished. If the review determines
that data are subject to export controls, only contractors who are
registered and certified with the Defense Logistics Services Center
(DLSC) shall be provided copies of the solicitation or other data
subject to foreign disclosure restrictions. Contact the Defense
Logistics Services Center, 74 Washington Avenue N., Battle Creek,
Michigan 40917-3084 (1-88-353-3572) for further information on the
certification process. You must submit a copy of your approved DD Form
2345, Military Critical Technical Data Agreement with your proposal.
D -- PROPOSAL PREPARATION INSTRUCTIONS: General Instructions: Offerors
should apply the restrictive notice prescribed in the provision at FAR
52.215-1(e), 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 disregard
instructions contained in the "WL PRDA and BAA Guide for Industry,"
referenced in Section A of this announcement for the cost proposals.
Technical and cost proposals, submitted in separate volumes, are
required and must be valid for 180 days. Proposals must reference the
above PRDA number. In an effort to move toward paperless contracting,
offerors are encouraged to submit cost proposals via electronic means
on computer disk or CD ROM. Please note that classified information
shall NOT be submitted on disk. If proposals are not submitted on
computer disk or CD ROM, they shall be submitted in an original and
five copies. If proposals will be submitted by electronic means, submit
two paper copies and three electronic copies. The disk shall be of a 3
1/2 inch high density, or on CD ROM. 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, therefore, offerors are not required to submit certified
cost or pricing data. Offerors must submit cost or pricing information
only to the extent necessary to permit the government the ability to
determine the reasonableness and realism of the cost and/or price. The
offeror's format for submitting such information is acceptable. Cost
proposals should be organized to include total program cost, further
broken down by month, by Statement of Work task, and by Phase. The
total cost of each major cost element and the composition of those
costs should be presented. Sufficient information should be provided in
supporting documents to allow the government to evaluate the
reasonableness of these proposed costs, including salaries, overhead,
travel and material purchases. Prime contractors are requested to have
their subcontractors either submit their complete cost proposals to
this office on proposal due date, or submit their cost proposals
through the prime contractor's cost proposal. Prime contractors are
required to provide their subcontract analysis. (3) Technical Proposal:
The technical proposal shall include a discussion of the nature and
scope of the research and the technical approach. Additional
information on 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 not included in the page limit.
Offerors should take note that they must have or will have to have a
secure area for the equipment. The technical proposal shall include a
Statement of Work (SOW) detailing the technical tasks by Phase to be
accomplished under the proposed effort and 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. (4) Page
Limitations: The technical proposal shall be limited to 50 pages (12
pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches.
If electronic means are used, it shall be readable by Microsoft Word
for Windows, version 6.0. The double spacing requirement shall be
satisfied by Microsoft 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 does
not include all information, i.e. indexes, photographs, foldouts,
appendices, attachments, 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 to25 pages as a goal. If
electronic means are used, it shall be readable by Microsoft Excel for
Windows, version 5.0. (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 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. E -- BASIS FOR AWARD: The selection of one
or more sources for contract award will be based on an evaluation of
the offeror's response (both technical and cost aspects) to determine
the overall merit of proposals in response to the announcement. The
technical aspect, which is ranked as the first order of priority, shall
be based on the following criteria which are in descending order of
importance: (1) Soundness of Approach: (a) Selection and suitability of
equipment to fabricate low-cost, high performance LO pigment and
coatings (paint and appliqu ) for controlling the optical signature of
DoD systems. (b) Development of techniques for scaling-up fabrication
of low-cost, high-performance LO pigment and coating. (2)
Understanding of the Problem: (a) Understanding of current state-of
the-art of low-cost, high-performance LO pigment and coating
fabrication. (b) Rationale for the selection of concepts for the
fabrication of low-cost, high-performance LO pigment and coating. (c)
Understanding of the technical difficulties in scale-up of low-cost,
high-performance LO pigment and coating fabrication. (3) Special
Technical Factors: (a) The background, capability, technical expertise,
and completeness of the team assembled for the effort. (b) Availability
and adequacy of any proposed existing equipment and facilities. (c) The
proposed approach demonstrates an affordable and feasible scale-up to
production quantities. Cost and/or price, whichincludes consideration
of proposed budgets and funding profiles is a substantial factor, but
ranked second in priority. No additional evaluation criteria will be
used in source selection. The technical and cost information will be
evaluated at the same time. The Air Force reserves the right to select
for award any, all, part, or none of the proposals received. Award of
a grant to universities or nonprofit institutions a cooperative
agreement or an other transaction in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
The Government reserves the right to award any resulting contract
pursuant to the Research and Development Standard Contract format in
DFARS 235.70. The contractor's proposal (or any part thereof) may be
incorporated by reference and/or be used to supplement the Air Force
SOW. This announcement is an expression of interest only and does not
commit the government to pay for any response preparation cost. F --
POINTS OF CONTACT: (1) Technical Contact Point: Project Engineer -- Ms.
Diana Carlin, AFRL/MLMP, Wright-Patterson AFB, OH 45433-6533, (937)
255-7277, e-mail address, carlindm@wl.wpafb.af.mil. (2) Contract
Contact Points -- Contract Negotiator -- Ms. Sue Palmer, e-mail
address, palmersm@wl.wpafb.af.mil or Contracting Officer -- Mr. Tim
Jones, AFRL/MLKT, Wright-Patterson AFB OH, 45433, (937) 255-7143. (3)
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 the Ombudsman. When
requested, the Ombudsman will maintain strict confidentiality as to
the source of concern. The Ombudsman does not participate in the
evaluation of proposals or in theselection decision. Interested parties
are invited to contact the Ombudsman, Lt. Col. James P. Bixler, Det 1,
AFRL/PK, Building 7, 2530 C Street, Wright Patterson AFB, OH
45433-7607, telephone (937) 255-4813, email address,
bixlerjp@wl.wpafb.af.mil. See Note 26*****. (0133) Loren Data Corp. http://www.ld.com (SYN# 0005 19980515\A-0005.SOL)
A - Research and Development Index Page
|
|