Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

Munitions 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