COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS
58 -- PEACE PANORAMA SYSTEM II (PPSII)
- Notice Date
- February 7, 2001
- Contracting Office
- ESC/ACK, Combat Air Forces C2 Systems, 50 Griffiss Street Hanscom AFB, MA 01731-1642
- ZIP Code
- 01731-1642
- Solicitation Number
- F19628-01-R-0009
- Response Due
- March 5, 2001
- Point of Contact
- 1LT.Gretchen Rhoads, 781-271-5980
- E-Mail Address
- Click Here to E-mail the POC (Theme.Poirier@hanscom.af.mil)
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation No. F19628-01-R-0009 is issued as a Request for Proposal (RFP). (III) This RFP incorporates provisions and clauses in effect through Federal Acquisitions Circular 97-19. The model contract and solicitation provisions and attachments are available at the HERBB address stated in paragraph (V) below. (IV) This RFP is not a small business set-aside. A firm-fixed-price contract will result from this solicitation. The North American Industry Classification System (NAICS) Code is 334511. (V) All questions and answers to this solicitation shall be handled directly through the Electronic System Center's (ESC's) HERBB at website http://herbb.hanscom.af.mil via the email address CSCS_PPSR@hanscom.af.mil. Oral communications will not be conducted between the offerors and the Counterdrug Surveillance and Control System (CSCS) Program Office. (VI) ESC/ACMC has requirements to upgrade the existing Colombian Command and Control (C2) System, Peace Panorama System (PPS), located at the Colombian Military Defense Area (CMDA) facility in Bogota, Colombia to provide integrated air situation processing and display capabilities in support of basic air surveillance functions. ESC/ACMC intends to commercially implement this system by using the following Contract Line Item Number (CLIN) structure as follows: SubCLIN 0001AA-Replace existing C2 system at CMDA in Bogota with new Peace Panorama System. Period of Performance (POP) for SubCLIN 0001AA is not to exceed twenty-four (24) months from contract award SubCLIN 0001AB-Data, Not Separately Priced (NSP) data for SubCLIN 0001AA. POP for SubCLIN 0001AB is accordance with Contract-Data-Requirements List (CDRL), Exhibit A. SubCLIN 0002AA-Option, provides Operation and Maintenance (O&M) Logistical Support of Peace Panorama System for the first year after Government acceptance of system-POP is 12 Months after Option Exercise (MAOE). SubCLIN 0002AB-Data Option, (NSP) data for SubCLIN 0002AA -- POP is in accordance with (CDRL) Exhibit B. SubCLIN 0003AA-Option, provides O&M Logistical Support of Peace Panorama System for the second year after Government acceptance of system-POP is 12 MAOE. SubCLIN 0003AB-Data Option, NSP data for SubCLIN 0003AA-POP is in accordance with (CDRL) Exhibit C. SubCLIN0004AA-Option, provides O&M Logistical Support of Peace Panorama System for the third year after Government acceptance of system-POP is 12 MAOE. SubCLIN 0004AB-Data Option, NSP data for SubCLIN 0004AA -- POP is in accordance with (CDRL) Exhibit D. SubCLIN 0005AA-Option, provides O&M Logistical Support of Peace Panorama System for the fourth year after Government acceptance of system-POP is 12 MAOE. SubCLIN 0005AB-Data Option, NSP data for SubCLIN 0005AA-POP is in accordance with (CDRL) Exhibit E. SubCLIN 0006AA-Option, provides O&M Logistical Support of Peace Panorama System for the fifth year after Government acceptance of system-POP is 12 MAOE. SubCLIN 0006AB-Data Option, NSP data for SubCLIN 0006AA -- POP is in accordance with (CDRL) Exhibit F. SubCLIN 0007AA-Option, provides Operator Display Console for the Counterdrug Operations Coordination Center-POP is Not-to-Exceed 23 MAOE. SubCLIN 0007AB-Data Option, NSP data for SubCLIN 0007AA -- POP is in accordance with (CDRL) Exhibit G. SubCLIN 0008AA, Interim Contract Logistics Support (CLS)-POP is 6 MAOE. SubCLIN 0008AB-Data Option, NSP data for SubCLIN 0008AA-POP is in accordance with (CDRL) Exhibit H. (VII) The contractor shall provide all services and equipment necessary to satisfy the above CLIN/SubCLINs and the CSCS technical requirements identified in the Technical Requirements Document (TRD) and Statement of Objectives (SOO) for PPS II contained on the ESC's HERBB website. The contractor's proposal, to include the Statement of Work (SOW), shall be incorporated into the contract at contract award. The following provides the top-level requirement, however offerors are reminded to refer to the SOO when preparing their SOW: a. The contractor shall assume Total System Performance Responsibility in procuring and installing PPS II to provide data processing, display and peripheral equipment, software, and firmware required to receive, integrate, and accurately display radar plot and track data. The system will consist of all communications equipment, software, and firmware required to (1) terminate and control the various external radar and voice communications circuits, (2) provide access to these circuits from other system elements (e.g. the display consoles), and (3) provide internal voice communications among the system elements. External communications circuits will include ground/air/ground (GAG) and ground/ground (GG) links. The Freight on Board (FOB) Point is destination. b. The contractor shall deliver data to the Government as listed and scheduled in the Contract Data Requirement Lists (CDRL). The one-time data item descriptions and DID tailoring are located at ESC's HERBB at website at http://herbb.hanscom.af.mil. (The data requirements listed on the CDRLS shall be incorporated into the contract at contract award) (VIII) The provision at Federal Acquisition Regulation (FAR) 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2000) applies to this acquisition. The cost of preparing proposals in response to this combined solicitation/synopsis is not considered an allowable direct charge to any resulting contract nor any other Government contract. Instructions for the required information to be provided by the offeror is listed in this clause and the solicitation provision at the ESC's HERBB Website. (IX) The provision at FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) applies to this acquisition and the following information is added within this clause: Paragraph (a) -- The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (Best Value Assessment). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received. The following factors and subfactors shall be used to evaluate offerors: Mission Capability, Past Performance, and Price. The mission capability factor contains the following subfactors: Technical design, schedule, and integrated processes. Within the mission capability factor, the technical design subfactor and schedule subfactor are of equal importance, and each are more important that the integrated processes subfactor. The mission capability factor and past performance factor are of equal importance, and each is more important than the price factor. Factor and Subfactor Ratings: a color rating will be assigned to each subfactor under the Mission Capability factor. The color rating depicts how well the offeror's proposal meets the Mission Capability subfactor requirements in accordance with the stated explanation, within the subfactor, of how the subfactor will be evaluated. Offerors who propose to exceed requirements of the TRD may be given additional credit. A Performance Confidence Assessment will be assigned to the Past Performance factor. Performance confidence represents the Government's assessment of the probability of an offeror successfully performing as proposed and is derived from an evaluation of the offeror's present and past work record. The Past Performance factor is addressed in paragraph (ii) below. Price will be evaluated as described in paragraph (iii) below. When the integrated assessment of all aspects of the evaluation is accomplished, the color ratings, performance confidence assessment, and evaluated Price will be considered in the order of priority listed above. Any of these considerations can influence the Government's decision. (i) Factor 1- Mission Capability: Each subfactor within the Mission Capability Factor will receive one of the color ratings described in AFFARS 5315.305 of blue, green, yellow or red, as further defined in the provision at FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) on ESC's HERBB Website, based on the assessed strengths and proposal inadequacies of each offeror's proposal as they relate to each of the Mission Capability subfactors. Subfactor ratings will not be rolled up into an overall color rating for the Mission Capability factor. Subfactor 1: Technical Design: The Government will evaluate the offeror's technical design to assess the adequacy of the proposed PPS II and its ability to meet and/or exceed the technical requirements of the Government TRD and the objectives of the SOO. In addition, the evaluation will also focus on the technical design approach that satisfies or exceeds requirements in the following areas: Access to radar & voice communication circuits (internal and external) from the operator display consoles; Automatic reception of civil aviation flight plans and automatic entry of these flight plans into the system database; Handling of radar bias, radar collimation, and radar registration issues; Maximum and appropriate use of Commercial-off-the-shelf and Non-developmental Item (CANDI); System operational availability, Ao; Equipment monitoring, radar link performance, and use of safe data; Flexibility, expandability, maintainability, and user-friendliness; Downtime during the transition from the legacy system; Equipment layouts/rack elevations for O&M, power, heating, ventilating, air conditioning, and lighting; Support of OTHGOLD interface; Capabilities for simulation of radar data and recording and time-synchronized playback of radar and voice data together; Display as follows: 1) Situational Displays including 2048 X 2048 nmi, maps, user-defined overlays, symbology, display elements, and feature selection and 2) Tabular Displays; Performance requirements: operator response time, startup time, frame/correlation interval duration, tracking performance, and manual and automatic track initiation; Subfactor 2: Schedule: The Government will evaluate the offeror's schedule to ensure PPS II activities will be accomplished in an efficient and acceptable period of time that meets or exceeds objectives set forth in the SOO. The Government will evaluate the offeror's Integrated Master Schedule (IMS) to include time lines, resource scheduling (to include persons as well as equipment), flow times, lead times, process durations, and shipping times. The evaluation will also focus on the following areas: IMS which depicts all tasks from contract award through contract completion; Realism of IMS which includes milestone/event (to include but not be limited to completion of qualification testing, IOC, and FOC), activity or task, duration, planned vs. progress, and critical path; IMS with appropriate program phasing to meet required delivery dates, encourage reuse of equipment, and minimize cutover downtime; Logical and realistic plan to mitigate schedule risk associated with the Plan Colombia restrictions (reference Public Law 106-246); IMS is devised in such a manner such that all tasks/activities are logically linked together showing successor/predecessor relationships; If any adaptation to CANDI is expected, the IMS should be based upon reasonable estimates for the adaptation to be made for the effort indicated. For example, it the offeror proposes software adaptation, estimates of the length of time expected should be based on the amount of Source Lines of Code (SLOC) to be added and/or changed. Subfactor 3: Integrated Processes: The Government will evaluate the offeror's integrated processes to ensure PPS II activities and products (e.g., hardware, software, and logistics elements) provide an integrated solution set that meets objectives set forth in the SOO. The Government will evaluate the offeror's integrated processes to include program management, systems engineering, specialty engineering, software engineering, test and evaluation, configuration and data management, integrated logistics support, and manufacturing and quality assurance. The evaluation will focus on the following areas: A credible, achievable overarching management approach that integrates all of the processes set forth in the paragraph above and how they will be used through all levels of management throughout the life of the program; Methodology of ensuring Quality Control in production, integration, and management in completion of the effort; Configuration Management approach that will identify and document all new equipment, reused/refurbished equipment, and interfaces; Program and Corporate level management's anticipated interaction with the appropriate Government management personnel; A clear understanding and acceptance of Total System Performance Responsibility (TSPR) for PPS II, including awareness of potential deficiencies in existing ICDs associated with interfaces to external equipment; A test approach that thoroughly verifies PPS II and minimizes the amount of downtime during the transition from the legacy system. (ii) Factor 2: Past Performance: Under the Past Performance factor, the Performance Confidence Assessment represents the evaluation of an offeror's and associated key or major subcontractors', teaming partners', and joint venture partners' past work records to assess the Government's confidence in the offeror's probability of successfully performing as proposed. See AFFARS 5315.305 for the Performance Confidence rating. The Government will evaluate the offeror's and all key or major subcontractors', teaming partners', and joint venture partners' demonstrated record of contract compliance in supplying products and services that meet users' needs, including cost and schedule. The Past Performance Evaluation is accomplished by reviewing the aspects of an offeror's and all key or major subcontractors', teaming partners', and joint venture partners' relevant past performance, focusing on and targeting performance that is relevant to the Mission Capability subfactors, but including schedule and cost performance. To be considered at least somewhat relevant, primes' past performance efforts must have been performed by the same division/location on a similar contract type and value within the past three (3) years. Refer to ESC's HERBB Website, the provision at FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) for relevancy considerations and definitions. (iii) Factor 3: Price: (a) The Government will evaluate each offeror's Price proposal using one or more of the proposal analysis techniques outlined in FAR 15.404 (Proposal analysis). Price analysis is an assessment of affordability used to establish reasonableness and realism. (b) The Government will evaluate offerors for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offeror is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) The Government will evaluate the realism of each offeror's proposed costs. This will include an evaluation of the extent to which proposed costs indicate a clear understanding of solicitation requirements, and reflect a sound approach to satisfying those requirements. The evaluation will consider technical/management risks and associated costs. When the Government evaluates an offer as unrealistically low compared to the anticipated costs of performance and the offeror fails to explain these underestimated costs, the Government will consider the offeror's lack of understanding of the technical requirements of the corresponding Mission Capability subfactor. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before contract award. (X) Offerors are advised to include a completed copy of the provision at FAR 52.212-3 -Offeror Representations and Certifications -- Commercial Items (Oct 2000) with its offer. (XI) The provision at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 1999) applies to this acquisition and at paragraph (s)(1) within this clause add the following subparagraph (10), the Contractor's Proposal and Statement of Work. (XII) The provision at FAR 52.212-5 -- Contract Terms and Conditions required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2000) applies to this acquisition and the following paragraphs within this clause are applicable: (a), (b) (1), (5), (6), (8), (12), (13), (14), (15), (19), (23), (d), (e). (XIII) FAR Clauses 52.217-5 -- Evaluation of Option (July 1990), and FAR 52.217-6 -- Option for increased Quantity (March 1989) for all Option CLINs fill-in 30 days. (XIV) The following Special Contract Provisions are incorporated by reference and have the same force and effect as listed in their entirety. These Special Provisions are listed in their full text at website http://herbb.hanscom.af.mil. Special Provisions, H025 -- Incorporation of Section K (OCT 1998), H029 -- Implementation of Disclosure Of Information (OCT 1997) and H033 -- Solicitation Number (APR 1998). Special Provisions ESC-H1 -- Total System Performance Responsibility (TSPR) (AUG 2000), ESC-H254 -- Foreign Disclosure Guidance (JAN 1994), ESC-H255 -- Contractor Certification (AUG 2000), ESC-H448 -- Weights And Measures (AUG 2000), ESC-H449 -- Conduct Of Contractor Personnel (AUG 2000), ESC-H450 -- Status Of Contractor Personnel (AUG 2000), ESC-H451 -- Taxes, Customs, and Duties (JUL 1997), ESC-H456 -- Special Terms Relative To War, Armed Conflict, Insurrection, Civil Or Military Strife Or Similar Conditions (Aug 2000), and ESC-H457 -- Currency Exchange (Aug 2000). In addition, FAR Clauses 52.203-05, 52.203-7, 52.203-8, 52.222-29,52.228-04 and 52.245-14 and DFARS 252.209-7004, 252.212-7000, 252.216-7003, 252.222-7002, 252.225-7026, 252.225-7028, 252.228-7000, 252.228-7003, 252.232-7008, 252.233-7001, 252.247-7023 and 252.249-7002. (XV) The Defense Priorities and Allocations System (DPAS) and assigned rating is DO-A7. ((XVI) Offerors are required to submit any inquiries to Ms. Themoula T. Poirier, at (781)271-5984. Offerors' responses are due not later than 2:30 p.m. eastern time on 05 March 2001. Mailed responses should be addressed to ESC/ACK, Ms. Themoula T. Poirier, 50 Griffiss Street (MITRE M), RFP No. F19628-01-R-0009, Hanscom AFB 01731-1625. Hand-carried or overnight mail responses should be delivered at ESC/ACK, The MITRE Corporation, 202 Burlington Road, Building M, Bedford, MA 01730. An Acquisition Ombudsman, Colonel Joseph B. Magnone, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with t
- Web Link
- ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
- Record
- Loren Data Corp. 20010209/58SOL007.HTM (D-038 SN50D0C2)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on February 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|