|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322Munitions Contracting Division (AFRL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL 32542-6810 A -- SMALL MUNITION DISPENSER SOL PRDA No. MNK-99-0002 DUE 050799 POC
Contact Ms. Judith Gibson, Contract Specialist, (850) 882-4294,
ext.3419 or Ms. Vicki Keider, Contracting Officer, (850) 882-4294, ext.
3404. WEB: PRDA No. MNK-99-0002,
http://afmc.wpafb.af.mil/pdl/afmc/64afmc.htm. E-MAIL:
keiderv@eglin.af.mil, gibsonj@eglin.af.mil. DESC: Continuation: (Part
2 0f 2) C -- ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: 25 months for the basic Phase I and 12 months for the
Phase II option; (2) Expected award date: 15 Sep 1999; (3) Funding
Estimates: The Government expects to fund up to two Phase I awards at
a level up to $1,050K each. The Government expects to fund up to
$2,100K for the entire 25-month Phase I effort for both awards.
Offeror's proposals for Phase I shall not exceed $1,050K of government
funding. The Government expects to fund up to $1,500K for Phase II.
The government intends to down select to one or more offerors for Phase
II flight-testing and electronics testing. Cost sharing is anticipated
and encouraged. The government's current fiscal year funding breakout
is approximately as follows; FY-99 $103K, FY-00 $998K, FY-01 $999K
FY-02 $1500K. The government reserves the right to award zero, one or
two (Phase I) Other Transaction for Prototype (OT for P) Agreements. In
the event that less than two Phase I awards are made, the remaining
funds, if any, will be carried over to Phase II (Task IV- V). If one or
more proposals meets the minimum requirements for both Phase I and
Phase II, and falls within the $2,100K Phase I available funding, then
the government reserves the right to award to one or more offerors for
both phases. Alternate cost proposals may be submitted. (4) Type of
Agreement: Other Transaction for Prototype (OT for P) with Cost Sharing
is anticipated. An OT for P or "845" agreement is an innovative type of
agreement that can reduce the traditional administrative burden and
oversight required to support a standard Government contract. This type
of agreement allows a great deal more flexibility and has far fewer
regulatory requirements than a typical Federal Acquisition Regulation
(FAR) contract. However in addition to Government funding, contractor
cost sharing is encouraged. Many contractors receive Government
reimbursed funds for independent research and development (IR&D). The
use of "other transaction for prototype projects" for this effort will
allow the use of IR&D funds on the agreement. (5) No Government
furnished property is anticipated. It is the Offeror's responsibility
to identify any equipment to be used whether Offeror-owned and
furnished or government-owned and furnished. The government will assist
in providing government-owned property as appropriate if available.
Identify any GFP within 10 days of publication of the PRDA. The offeror
will be notified within 5 days of submission if the requested GFP is
available, and then notify the offeror as to whether the request is
approved or disapproved. (6) Government Furnished Information (GFI):
The government intends to provide LOCAAS (GEN II design) and MMTD data
packages that will include CAD drawings and physical properties;
Advanced Dispenser Studies (ADS) data that will include program review
presentation material and final reports; Future Smart Submunition
Dispensing (FSSD) data that will include test data, and a final report;
and a F-22 weapons bay data package that will include the weapons
volume envelope. This information may be obtained by contacting the SMD
Program Manager, Mr. Jerry Provenza, (850) 882-4651 x3327 after
submission of the DD Form 2345 to Judith Gibson at the above listed
address. (7) Deliverables: The Offeror shall deliver a monthly status
report, program review presentation material, ground tests performance
report, flight tests performance report, videos/photographs of all
tests events, electronics functional block diagrams, electronic
schematics, program schedule, cost and schedule status report, contract
funds status report, and a final report . The format for technical
presentation or report material shall be Microsoft Office 97. Avi files
of the ground and flight test dispense events shall be provided to the
government. Otherwise contractor formats are acceptable. The offeror
shall also provide all technical reviews and the final report on CD-ROM
disks upon completion of the program. (8) Size Status: For the purpose
of this acquisition, the size standard is 500 employees (SIC 8731) (9)
Notice to Foreign-Owned Firms: Such firms are asked to immediately
notify the Air Force technical point of contact cited below upon
deciding to respond to this announcement. Foreign Offerors should be
aware that restrictions may apply which could preclude their
participation in this acquisition. D -- PROPOSAL PREPARATION
INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice
prescribed in the provision at FAR 52.215-1, "Instructions to
Offerors", to trade secrets or privileged commercial and financial
information contained in their proposals. Offerors should state whether
they are a large business, small business, small disadvantage business,
nonprofit, educational, or historically black college or minority
institution. Offerors should consider instructions contained in the
"Proprietary Information" and "When and How to Submit" sections of the
AFMC Pamphlet 64-101, "Unsolicited Proposal Guide," copies of which
are available using either of these two sites:
http://afmc.wpafb.af.mil/pdl/afmc/64afmc.htm or
http://afmc.wpafb.af.mil/pdl/afmc/pam/64series/64_101/64-101.pdf AFMC
Form 190, Policy Agreements, does not apply to Program Research and
Development Announcements. Additional proposal questions should be
directed to one of the points of contact listed elsewhere herein.
Offeror's are required to include in their proposals a summary of all
the benefits that can be attained through the use of an Other
Transaction in lieu of a FAR contract. This will not be included in the
page counts. The Government reserves the right to award a FAR contract
if it is determined that the use of an OT will not provide any
tangible benefits. A technical and cost proposal submitted in separate
volumes, is required and must reference the above PRDA number. Volume
1 should provide the technical proposal and Volume 2 should address
the price/cost portions of the proposal. Volume 1 should be limited to
a total of 50 pages, excluding SOW. Resumes, charts, figures, tables,
etc., are included in the 50 page limit. SOW should be limited to 5
pages. Also included in the description of system components shall be
a brief notification of the level of development and acceptance testing
each component has been through, keeping in mind that proven
off-the-shelf components are desired to minimize risk and schedule
delays to the demonstration program. Pages in excess of the specified
50 pages will be removed and returned to the offeror before evaluation
starts. Cost proposals have no limitations however, offerors are
requested to keep cost proposals to 50 pages. A page is defined to be
one side of an 8.5 x 11 inch piece of paper with information on it.
Minimum print size is 10 point type, or 12 pitch. Proposals shall be
submitted in an original and 5 copies and one electronically. Every
proposal shall have at least one copy submitted on disk or via e-mail.
Proposals submitted on disk or sent via e-mail are to be submitted on
Microsoft Office 97 format. Note: The preferred format for all
proposals is via electronic means, whether on disk or via e-mail. The
Government intends to work proposals and awards through electronic
means. To do business with the Air Force Research Laboratory/Munitions
Directorate (AFRL/MN), you must have the Air Force standard packages
(Microsoft Office 97 and JETFORM/Formflow Filler Version 2.15).
Electronic proposals shall not contain macros. All responsible sources
may submit a proposal that shall be considered against the criteria
set forth herein. Copies of the proposals may be forwarded, if the
offeror authorizes in writing, to other interested government agencies
for funding consideration. Authorization for limited reproduction and
dissemination within Government Agencies and National Laboratories is
requested. Offerors are advised that only the Agreements Officer is
legally authorized to bind or otherwise obligate the Government. (2)
Cost Proposal: The Offerors shall provide a cost/price breakdown for
the basic (phase I) and the option (phase II) which shall include a
labor-hour, labor-category breakdown by task and a cost element
spreadsheet, labor, overhead, travel, G&A, etc.). Offeror investment
shall be identified for each Phase. The cost proposal shall be cross
referenced to the technical proposal. Estimated costs for tests and
historical data for similar efforts are requested for program budgetary
estimation and value estimation. An area of consideration in Phase I
will be the extent to which the amount of effort correlates to the
proposed cost in such a way to ensure the Government is receiving
adequate value, and the degree of cost sharing proposed by the
contractor. Certified cost and pricing data is not required. Section
845 agreements do not require cost accounting standards or Government
cost audits. Commercial accounting (GAAP) practices are acceptable. The
offeror shall submit a proposed expenditure profile that correlates
with the Government's available funding profile (see Para. C.3.above)
(3) Technical Proposal: The technical proposal shall include as a
minimum: (a) detailed technical approach including risk management
procedures to be applied to the program, (b) proposed component
description (c) proposed program schedule (d) summary of relevant past
and present performance of the proposing corporate division only (e)
SOW cross referenced to the technical proposal. (4) Model Agreement:
Offerors must submit a model agreement in accordance with the Model
Agreement found in the supplemental information provided at the web
site in paragraph 17-A. Preliminary negotiations of the agreement may
begin prior to completion of technical/cost evaluations but should not
be construed as an assurance of receiving an award. Discussions shall
be limited to prime contractors only. Offerors should complete the
required Articles as prescribed. These agreements are critical in the
construction of the offeror's response and in the evaluation process.
Fully explain any changes made to the Model Agreement in an addendum to
the Agreement. E PROPOSAL EVALUATION (1) The selection of none, one or
two sources for award shall be based on evaluation of the proposals in
response to this PRDA to determine the best value potential for the
entire program. Proposals will be evaluated as received using the
following factors. No other evaluation criteria will be used in
selecting the best proposal. Technical and Cost information will be
evaluated at the same time. Technical factors will be considered of
higher priority than the Cost. The Technical factors listed in
descending order of importance, are: (a) Soundness of Technical
Approach, (b) Understanding the Problem, and (c) Relevant Past and
Present Performance. The Soundness of Technical Approach factor will
consider and evaluate the technical merits including program
management, test planning and risks of the proposal. (2) The cost
proposal will be evaluated for reasonableness and realism for the total
program. F -- DOWN SELECT CRITERIA: The government intends to down
selectto 1 or more offerors for Phase II, assuming there is at least
one offeror that meets the down select criteria. The criteria are in
descending order of importance 1) Technical -- The offeror must have
successfully accomplished all Phase I Minimum Technology Requirements
(of equal importance): a) The offeror's H/W is fully functional, full
scale, flight worthy and successfully accomplished all Phase I
requirements as described under "Minimum Technology Requirements". b)
The Offeror's H/W was constructed and assembled using flight worthy
materials and fabrication processes. c) The Offeror's H/W successfully
demonstrated under ground testing i.) Single and ripple ejection of
LOCAAS subpacks. ii.) Single and ripple ejection of MMTD mass
simulants. Single and ripple ejection of LOCAAS and MMTD mass simulants
were demonstrated at various pitch rates and contractor determined
ejection velocities. 2) Reasonableness and realism of Phase II proposed
schedule and cost. In the event that more than one offeror meets these
down select criteria the following SMD Design Goals (by descending
order of group importance) will be used to evaluate the offeror's Phase
I hardware. GROUP I DESIGN GOALS: (listed items of equal importance)
-Affordability -Light Weight (F-22 Weight Limit) -F-22 Form Fit GROUP
II DESIGN GOALS: (listed items of equal importance) -Easily Produced
-Supportability -Maintainability -Extended Service Life -Future
Munitions/Platform Expansion -Integral Shipping Container -Modular
Design The evaluation team will make a ranking of the degree to which
each dispenser design meets these goals. G -- POINTS OF CONTACT: (1)
Ombudsman: An Ombudsman has been appointed to hear serious concerns
from offerors or potential offerors during the proposal development
phase of this acquisition. Routine or administrative questions should
be directed to the Contracting Officer or Program Manager. The
Ombudsman does not diminish the authority of the program director or
Contracting Officer, but communicates Contractor concerns, issues,
disagreements, and recommendations to the appropriate Government
personnel. When requested, the Ombudsman shall maintain strict
confidentiality as to the source of the concern. Potential offerors are
invited to contact AFRL/MN's Ombudsman, LtCol Gary L. Libell, (850)
882-2872 ext 3420, with serious concerns only. (2) POINTS OF CONTACT:
Contracting/cost: Ms Judith Gibson, Contract Specialist, (850)
882-4294, ext 3419 or Ms Vicki Keider, Contracting Officer,
(850)882-4294, ext 3404, at 101 W Eglin Blvd, Ste 337, Eglin AFB FL
32542-6810 or fax (850)882-9599. Technical issues: Mr Jerry Provenza:
(850) 882-8876, ext 3327 or Lt Peter Gumulak: (850) 882-8876, ext 3383,
AFRL/MNAV, 101 W Eglin Blvd, Ste 346B, Eglin AFB FL 32542-6810. Posted
04/08/99 (W-SN317598). (0098) Loren Data Corp. http://www.ld.com (SYN# 0005 19990412\A-0005.SOL)
A - Research and Development Index Page
|
|