Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

A -- Multi-Access Laser Communication Head Study

Notice Date
10/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
 
ZIP Code
90245-4659
 
Solicitation Number
Reference-Number-03-94
 
Response Due
11/18/2002
 
Point of Contact
Capt Michael Plantenga, Technical Point of Contact, Phone (310) 336-4894, - 1Lt Nikki Thomas, Contracting Point of Contact, Phone (310) 336-4602,
 
E-Mail Address
michael.plantenga@losangeles.af.mil, nikki.thomas@losangeles.af.mil
 
Description
A. INTRODUCTION: The MILSATCOM Joint Program Office (MJPO), HQ Space and Missile Systems Center (SMC) is interested in receiving proposals on the research and development effort described in Section B below for the Multi-Access Laser Communication Head (MALCH) study. This is a full and open competition for the award of up to three Firm-Fixed-Price (FFP) contracts in accordance with FAR SubPart 35.016, Broad Agency Announcement (BAA), as modified for the Air Force's Program Research & Development Announcement (PRDA) process. Proposals shall be submitted by 18 November 2002 at 1600 hours, Pacific Standard Time (PST), and addressed to: SMC/MCK, Attn: 1Lt Nikki Thomas, 2420 Vela Way, Suite 1467-A8, El Segundo CA 90245-4659. The small business size standard NAICS 541710 (1000 employees) applies. Offerors must be registered in the Department of Defense Central Contractor Registration database (http://www.ccr.gov/) to be eligible for contract award. Proposals must comply with this announcement. Proposals received after the specified cutoff date will not be considered for evaluation. The Government reserves the right to amend this PRDA solicitation and Offerors should be alert for any amendments that may be published. This notice constitutes the solicitation for this requirement; no RFP or other solicitation will be issued. Guidance on the PRDA process may be found in the Air Force Research Laboratory BAA and PRDA Industry Guide at the following website (http://www.wrs.afrl.af.mil/contract). B. REQUIREMENTS: (1) TECHNICAL DESCRIPTION: (a) Introduction: A key element of Transformational Communications (TC) is laser communication (lasercomm) support for a diverse set of Airborne Intelligence, Surveillance, and Reconnaissance (AISR) platforms (i.e., Global Hawk, U2, MC2A). Forecasted user needs project 10 vehicles in each of 2 theaters plus an additional 4 vehicles worldwide with data rates of up to 2.5 Gbps per vehicle. The system concept must take into account ISR platforms that will have highly asymmetric links as well as MC2A and Airborne Communications Networks (ACN) platforms, which will require two-way symmetrical link. The Multi-Access Laser Communication Head (MALCH) is a space-based optical system that can provide simultaneous laser communications with a number of airborne users. The MJPO currently believes that MALCH can achieve the desired capabilities at significantly reduced cost, weight, and power, and it is thus considered a critical enabling technology for the Transformational Communications Architecture (TCA). Traditional single axis laser communication systems that meet system requirements for communication to one asset can be used as a starting point for modification, or new concepts can be developed to allow for a multi-access system. Any plan should be developed with a goal of a Technical Readiness Level (TRL) 6 by 2006. (b) PRDA Objectives: The purpose of this PRDA is to make up to three awards for research and development on a range of MALCH alternatives with an 11-month period of performance. The study should address the following high-level objectives: (i) Develop system requirements and design constraints. Initial requirements should use: the above number, types; and data rates of air assets; known spacecraft and space environments; connectivity with the Transformational Communication Architecture (TCA); and interoperability. Design constraints should address both terminal and space segments. Offerors should keep in mind the growing capabilities of the lasercomm link, MALCH for Low Earth Orbit (LEO) communications, and increased access links; (ii) Develop conceptual designs and assessments. Some alternative conceptual designs may include movable feed concepts, adaptive optics, optical phased arrays, etc. Provide recommendations and key performance metrics for critical technology development and prioritize these needs. Identify key technical performance measures (TPMs) for the system concept. Provide risk/benefit analysis of meeting TPMs. Create a plan to manage risk identified within the TPMs. Perform design trades using experimentation, simulation, and analysis to arrive at a recommended design; (iii) Identify relevant cost/benefit parameters with the goal of low-cost, reduced complexity theater terminal development; and (iv) Provide the technology development and prototyping efforts needed to reduce risks of selected technologies and design concepts to acceptable levels for inclusion in near-term program developments. This effort should include laboratory demonstrations of critical technologies traceable to system concepts. Include cost and schedule estimates, risk management approaches, and verification and validation test plans. Develop conceptual designs of prototype (e.g., breadboard/brassboard) hardware and test equipment. (2) DELIVERABLE ITEMS: The following items are required contract deliverables at the end of the 11-month period of performance: (i) Systems requirements allocation and design constraints; (ii) Architectural description and associated design characteristics of an end-state system capable of being modeled in the Aerospace Corp. Concept Design Center. This should include the key Technical Performance Measures; (iii) Draft performance specifications of the system concept; (iv) Initial technology concept traceable to system requirements; (v) Cost benefit parameter analysis description; (vi) Plan covering program risk reduction and risk management approaches; (vii) Integrated program master schedule; and (viii) monthly Technical meetings with the Government Transformational Communication Office (TCO). The meetings may consist of, but are not limited to, teleconferencing and video teleconferencing. Final deliverables shall not contain proprietary information. (3) SECURITY REQUIREMENTS: (a) This acquisition may require access to classified material. Each PRDA contract will contain a Contract Security Classification Specification (DD Form 254). Work performed under this acquisition may be classified up to the DOD SECRET level. (b) Notice to Foreign-Owned Firms: Contracts will be awarded only to US companies. Foreign teaming, licensing, or subcontracting is not allowed. Proposals must be submitted with information no higher then SECRET classification. Proposals containing classified material must be delivered/transmitted via normal security procedures IAW NISPOM guidance to the address and point of contact indicated in Section A. (4) GOVERNMENT BUDGET: The Government's estimated budget of $2.7M for this PRDA effort may be divided between three contracts. Contracts may be awarded for unequal amounts. C. ADDITIONAL INFORMATION: (1) This PRDA is available at http://www.FedBizOpps.gov. (2) No Pre-Proposal Conference will be conducted. D. PROPOSAL PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS: Potential Offerors shall follow FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisitions, for any restrictions on disclosure and use of data contained in their proposals. Proposals shall be valid for a minimum of 90 days. Proposals must reference the PRDA number above. Proposals shall be submitted with an original and five paper copies, plus one electronic copy. The electronic proposal copy must be compatible with Windows 2000 and must be submitted in any of the following program formats, as appropriate: Microsoft (MS) Word 2000, MS Excel 2000, MS Project 2000, MS PowerPoint 2000. Electronic copies shall be on 3.5-inch diskette, compact disk (CD), or 100mb-Zip disk. Proposals shall be evaluated using the criteria stated in this solicitation. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise commit the Government. (2) ORAL PRESENTATIONS: Oral presentations will not be authorized. (3) CONTRACT/PRICE PROPOSAL: Please contact the Contracting POC listed below for the DD Form 254 and the Representations and Certifications that are required at proposal submission. It is anticipated that the pricing of this action will be based on adequate price competition; therefore, Offerors are not required to submit cost or pricing data. However, if after receipt of proposals it is determined that adequate price competition does not exist, the Offeror shall provide current, complete, and accurate cost or other pricing data at the Contracting Officer's request. (4) TECHNICAL PROPOSAL: Offerors shall identify in the technical proposal, in accordance with DFARS 252.227-7017, any use or disclosure restrictions asserted for technical data to be delivered under this contract. The technical proposal shall consist of two primary sections. The first section will describe the study plan/approach. The second section will describe the Offeror's ability to perform the plan/approach consistent with the evaluation criteria for Team Strengths. This section will include examples of recent, relevant activity in this area and a description of key team members (including subcontractors), their role on the team, and their qualifications. Subcontracting Plan: If selected for award, Offerors will be required to submit a subcontracting plan in accordance with FAR Part 19.7 for each contract that is expected to exceed $500,000 that has subcontracting possibilities. (5) ORGANIZATIONAL CONFLICT OF INTEREST: Each proposal shall contain a section addressing the following: Awards made under this PRDA are subject to the provisions of the FAR Subpart 9.5, Organizational Conflict of Interest. The existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the Offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the Offeror believes that no such conflict exists, then it shall so state. (6) VOLUMES/PAGE LIMITATIONS: (a) Volume 1 (Technical). The proposal will include chapters for the Executive Summary, Technical Proposal, and Other Technical Documentation. Chapters have the following page limitations: Executive Summary (1 page), Technical Proposal (20 pages), and Other Technical Documentation (unlimited). The Other Technical Documentation category shall be separately tabbed and include a Statement of Work (SOW), a Work Breakdown Structure (WBS), and key personnel resumes,. (b) Volume 2 (Other Contract Documentation and Contract/Price Proposal). Unlimited pages. This volume shall include Representations and Certifications, any other pertinent contract documentation, and the price proposal that provides adequate information to determine cost reasonableness. (c) Page limitations shall be treated as maximums. When both sides of a sheet display printed material, it shall be counted as two pages. Each page shall be counted except the following: (1) Cover Pages, (2) Table of Content, (3) Tabs, and (4) Glossaries. (d) Format: Page size shall be 8.5 x 11 inches, single-spaced, and text shall be no less than 12 point font size. Use at least one-inch margins on the top and bottom and one inch side margins. Pages shall be numbered sequentially by volume. (e) Other documentation: Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 by 17 inches in size. Foldout pages shall fold entirely within the volume and may only be used for large tables, charts, graphs, diagrams, and schematics; not for pages of text. Foldout pages will be counted as two pages. If foldout pages have print on both sides, the foldout will be counted as four pages. For tables, charts, graphs, and figures, the text shall be no smaller than 10-point font size. (f) Binding and Labeling: The proposal should be separately bound in three-ring loose-leaf binders that permit the volume to lie flat when open. Staples shall not be used. A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification, the Offeror's name and any restrictive markings for data enclosed. The same identifying data should be placed on the spine of each binder. E. BASIS FOR AWARD: Contract award decisions will be based on a competitive selection of proposals resulting from review/evaluation by a panel of Government and non-Government evaluators. Proposals will be evaluated for Soundness of Approach and Team Strengths, which are of equal importance, and Price, which is of lesser importance. (1) Soundness of Approach relates to meeting the objectives of the PRDA; and (2) Team Strengths are characterized by (a) demonstrated ability to provide broad, innovative, and creative solutions to MALCH systems and problems across all system domains (i.e. space, terminals, control, networking, etc.) and (b) key personnel with a high degree of experience and demonstrated innovation. Price will be evaluated for reasonableness. Government evaluators will rank proposals and will recommend awards based upon which proposal or proposals offer the best overall value to the Government in accordance with these criteria. To be eligible for award, the Offeror must meet the security requirements specified in the DD Form 254. The Government reserves the right to award all, part, or none of the Offeror's proposal. The Government also reserves the right to make no award. F. NOTICE OF USE OF NON-GOVERNMENT EVALUATORS: Offerors are advised that employees of MITRE Corp., MIT Lincoln Laboratory, and the Aerospace Corp. will assist the Government in performing evaluations of proposals submitted under this announcement. They will have authorized access to all portions of the proposal data and discussions. This includes access to price evaluations/negotiations data. The resulting contract(s) will incorporate a special contract requirement to allow employees of these Federally Funded Research and Development Center (FFRDC) to review, evaluate, and analyze documents generated during contract performance. Potential Offerors having objections to non-government personnel evaluating their proposals and/or contract documentation should contact the Contracting Officer prior to submitting their proposals. G. OMBUDSMAN: An Ombudsman has been appointed to hear concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the Contracting Officer and could not be satisfactorily resolved. The Ombudsman does not participate in the evaluation of proposals or in the selection process. The Ombudsman is Mr. William Orzech, SMC/PK, (310) 363-0588. H. POINTS OF CONTACT: See below. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-OCT-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/SMCSMSC/Reference-Number-03-94/listing.html)
 
Place of Performance
Address: At contractor's facility.
 
Record
SN00271884-F 20030307/030305220946 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.