Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2005 FBO #1294
MODIFICATION

A -- BROAD AGENCY ANNOUNCEMENT 2004 ARMAMENT TECHNOLOGY RESEARCH

Notice Date
6/10/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd Suite 337, Eglin AFB, FL, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
MNK-BAA-04-0001
 
Response Due
7/5/2005
 
Archive Date
7/30/2005
 
Point of Contact
Janice Jones, Contract Specialist, Phone (850)882-4294, - Carol Abbott, Contracting Officer, Phone 850-882-4294x3404, Fax 850-882-9599,
 
E-Mail Address
janice.jones@eglin.af.mil, abbottc@eglin.af.mil
 
Description
MR ROKM PART 2 - Multi Role Responsive Ordnance Kill Mechanism (MR ROKM) Program Special Amendment to MNK-BAA-04-0001 Continuation B--ADDITIONAL INFORMATION: (1) Type of Contract: The Government anticipates negotiating approximately two Indefinite Delivery, Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contracts for this effort. Task Order 0001 will be issued along with each contract awarded, for Phase 1 (the first 11 months) of the program. At the end of Phase 1, a down-select to a single contractor will occur, and program Phase 2 will be awarded under Task Order 0002 to the selected contractor. A third Task Order for Phase 3 is anticipated upon completion of Phase 2/Task 0002. It is currently expected that the MR ROKM Program will consist primarily of Task Orders 0001, 0002, and 0003. However, an IDIQ contract will allow for additional in-scope tasks to be awarded later to accommodate spiral developments and additional funding should it become available. Accordingly, it is anticipated the IDIQ contract will bear a ceiling maximum of approximately $14M. (2) Expected Award Date: Late September 2005. (3) Anticipated Period of Performance: The IDIQ MR ROKM program contract ordering period will be 5 years. The current MR ROKM program is anticipated to take 48 months, with Task 0001/Phase 1, taking approximately 11 months, Task 0002/Phase 2 taking 2 years, and Task 0003/Phase 3 taking 1 year. The 5-year ordering period will allow for the addition of in-scope tasks and spiral developments should additional funding become available. (4) Government Funding: The Government is currently considering the following funding profile for this effort: $10K in FY05 funds per contractor; $1,130K in FY06 funds per contractor; $2,280K in FY07 funds for a single contractor; $3,162K in FY08 funds for a single contractor; and $1,013K in FY09 funds for a single contractor for the remainder of the MR ROKM program. This is an estimate only--not a promise of funding. It is desired that contract expenditures be managed and billed so as to maximize FY05, FY06, FY07, FY08, and FY09 expenditures. (5) Government Furnished Information (GFI): The Government may assist in providing GFI, based on availability, if requested. Therefore, the offeror shall include a detailed list of Government resources (material formulation instructions, lethality assessment software, target models, etc.), and their associated approximate costs, required to execute a contract in a timely and cost effective manner. (6) NAICS Size Status. NAICS code for this acquisition is 541710; small business size standard is 1000 employees. The acquisition is unrestricted (considered full and open competition). Thus, all qualifying responsible sources may submit a proposal that will be considered (but see next paragraph). (7) Notice to Foreign-Owned Firms: A determination has been made for this solicitation, that all foreign participation at the prime contractor and subcontractor level will be prohibited. (8) Cost-Sharing Proposals: The Government does not require a cost sharing arrangement. If one is proposed, the Government may or may not consider such an arrangement for award. (9) Down-Selections: Selections for subsequent tasks will be based on the contractor?s ability to achieve and exceed the technical program requirements/goals of Phase I, as defined below. Additionally, a refined proposal will be required at the end of Phase I, which will be evaluated against the Evaluation Criteria Factors in Section D--Basis for Award. (10) Scheduling and program planning. The entire MR ROKM Program consists of multiple ?Phases?. It is currently envisioned that the plan for MR ROKM is as follows: Phase 1 (September 2005 ? August 2006): Dual award. Design, fabricate, and perform a static arena test of the MR ROKM kill mechanism, explosively launching projectiles vs. target panels (to simulate the MR ROKM air and ground target set) at range. Establish the Phase 1 design as the baseline design. Compare to Models & Simulations (M&S). Develop & deliver the remaining program test plan. Phase 2 (September 2006 ? August 2008): Down select to a single contractor. Design, fabricate and perform static arena testing of the MR ROKM kill mechanism vs. representative MR ROKM air & ground target materials. Conduct sufficient design spirals, introducing materials and technologies as appropriate. Demonstrate and model desired fragment effectiveness for air & ground targets. Refine the modeling & simulation to include new designs and technologies. Phase 3 (September 2008 ? August 2009): Perform a final kill mechanism design iteration and demonstrate via static arena testing. Conduct dynamic demonstration testing of the final MR ROKM design vs. an air and ground target (within set) or their representation. Update & finalize the validation of kill mechanism effects models. C?WHITE PAPER AND PROPOSAL PREPARATION INSTRUCTIONS: (1) White Papers: White Papers should address all areas indicated by the Evaluation Factors, including how the contractor intends to achieve the requirements and goals outlined in section A--REQUIREMENTS of this Amendment for the entire program. Experience and past performance should be addressed. A rough order of magnitude (ROM) cost estimate should be provided for each Phase. Additionally the White Papers shall include any partners, subcontractors, etc., to be utilized, discuss risk (schedule and otherwise) assessment and technology maturity level required to meet requirements and goals, and point out the modeling and simulation (M&S) software that will be used in ordnance package design and effectiveness assessments. (2) General: All 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. For formal proposals, submit separate Technical and Cost Volumes, and mark them as valid for 180 days. Volume 1 should provide the Technical proposal addressing the objective and requirements, and should be unclassified, if possible. Any classified material must be provided in a separate Annex and must be properly marked and handled as such. Volume 2, Cost Proposal, must be unclassified, and should address the price, cost details, and a risk assessment of the proposal. Questions should be directed to the appropriate points of contact listed in Section E. Offerors may consider instructions contained in the AFRL BAA and PRDA Industry Guide, but if those instructions differ from this announcement, this announcement prevails. The document may be viewed and downloaded at http://www.wrs.afrl.af.mil/contract/Ind-gde.rtf. (3) Technical Proposal: In the event that the White Paper results in an invitation to submit a formal proposal, Volume 1 -Technical Proposal shall include, as a minimum, a broad Statement of Objectives (SOO) or Statement of Work (SOW) for the basic IDIQ contract, suitable for incorporation into the basic contract; and a contract schedule. Additionally, a SOW suitable for incorporation should be provided for Task 0001/Phase 1. Volume 1 should fully address the approach in accomplishing the Program Requirements of Section A above. The contractor must also provide a summary of relevant past and present performance. Relevant past and present performance is defined as performance by the proposed program manager, lead technical investigator and/or chief engineer supporting ordnance package programs within the last five years, or past efforts by other key personnel proposed by the offeror for performance of this contract. State the capacity in which these individuals acted in these relevant programs. Relevant past and present performance data shall be submitted to the Government no less than 10 days prior to the specified proposal submission date. In the technical proposal, the offeror shall propose and elaborate upon a specific Program Point of Departure Design. The offeror must provide sufficient technical discussion and technical detail to establish the soundness of the proposed approach; provide an adequate basis for assessing program technical cost and schedule risk; and form a sound basis for the cost proposed in Volume 2. To that end, the proposal shall address all aspects of the Point of Departure Design. The proposal shall also identify and discuss the suitability of the various modeling and analysis tools that the contractor proposes to use during the MR ROKM Program to accomplish the hardware design, and if and how existing modeling and analysis tools need to be modified. Proposals failing to provide adequate technical detail and discussion may be considered technically unresponsive to this BAA. The technical proposal shall also include an overall test plan, with a supporting test matrix and discussion, which identifies all contractor and Government-conducted testing, as well as the facilities at which the testing is to occur. To facilitate timely completion of pre-award surveys, offerors shall identify their own and subcontractor facilities and personnel, if any, to be involved in handling of explosives and other hazardous materials and the type and level of explosives/hazardous materials proposed. In this proposal, the contractor must demonstrate knowledge of the systems engineering process and make realistic assumptions of how this kill mechanism could utilize data provided by the host missile, as well as how its functionality and effectiveness could be affected by missile control surfaces, cueing, etc. (4) Cost Proposal: The Volume 2 cost proposal must include and segregate the contract costs, and also provide a total summary. The contract costs shall include, as a minimum, a labor category and man-hour breakdown, by Phase and by task, including applicable labor rates, a cost element summary including labor, material, travel, other direct costs, overheads, G&A, etc., and reflecting all rates for the contract and data, and an expenditure schedule for the entire program. The cost proposal shall include any proposed costs incurred by the kill mechanism manufacturer(s) in fulfilling their responsibilities to support manufacturing, assembly, and developmental testing of their kill mechanism. The offeror shall include estimates for the cost/value of any Government-Furnished Property (GFP), and all costs expected to be incurred by the Government associated with providing the equipment, facilities and support necessary to meet the contractor?s testing requirements. Any costs associated with data or data rights shall be separately identified in the cost proposal. (5) Page Limitations: White Papers are limited to 15 pages, which will include a ROM cost estimate. Formal Proposal Volume 1 shall be limited to a total of 50 pages, including charts, figures, tables, etc. The proposed SOWs and resumes may be included as an appendix, and will not be counted in the page limitations. The Government reserves the right to remove and return to the offeror any excess pages before the formal evaluation starts. Cost proposal Volume 2 will have no page limitation; however, the offeror is requested to keep the cost proposal to 30 pages or less, if possible. We request that the cost spreadsheets be submitted in Microsoft Excel format. 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 12-pitch, with line spacing of not less than one and one-half for the typeface used (no more than 34 lines per page) for formal proposals. White Papers may be single-spaced. Proposals shall be submitted as an original document and five paper copies, and one copy of both the Technical and Cost Proposals should be submitted on CD or DVD. Note: Submittal of a proposal constitutes contractor?s authorization for limited reproduction and dissemination within Government agencies and National Laboratories for evaluation purposes only, as stated in FAR 52.215-1(e). (6) Preparation Costs: The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The US Air Force reserves the right to award one, multiple, or no contracts based on the proposals received. (7) Data Rights: The Government is anticipating unlimited data rights to all data generated under this contract, to include drawings and results. The contractor is instructed to address data rights assertions, licenses, patents, etc., in the proposal. D--Basis for Award: Evaluation Criteria: White Papers and proposals will be evaluated as received, in accordance with their projected success in achieving the requirements and goals outlined in Section A?REQUIREMENTS, of this Amendment, utilizing the Factors and Sub-factors below. Additionally, a risk assessment will be made of the offers, and selections will be made based on the Best Value to the Government. Factors and Sub-factors are listed in descending order of importance, unless stated otherwise. Although Cost is less important than Technical, it is still considered a significant factor. Factor (1) Scientific/Technical Merit ? Factors (1) and (2) below are of equal importance. Factor (1) includes: (a) Soundness of offeror?s technical approach and proposal (b) Satisfaction of program threshold technical requirements (Key Performance Parameters -- KPPs) (c) Demonstration of a risk-appropriate design to meet the MR ROKM requirements (d) Soundness of proposed test plan (including sufficient spiral development) (e) Maturity of technology proposed (must be transitionable) (f) Demonstration of understanding of the technical effort (g) Safety and Environmental considerations Factor (2) Capabilities and Experience (Including Past Performance) ? Past and Present Performance includes, but may not be limited to, relevant product/program information and other information stated in the BAA, within the last five years. Although Past and Present Performance information may properly be included in the White Paper and/or Volume 1,Technical Proposal, and its page count, a list of pertinent contracts, experience, points of contact, phone numbers, etc., and any resumes, should be in a separate Appendix, which is not included in the White Paper or Technical Proposal page limitations. Factor (3) Cost ? Reasonableness and realism of proposed costs. The total cost to be evaluated will include the cost of performing the contract, the cost of testing, and any applicable offsets for GFP or acquisition of data rights. Factor (4) SDB Participation ? Small Disadvantaged Businesses (SDBs) are a specific subset of Small Businesses (SBs). Extent to which the contractor proposed or considered using SDBs will be evaluated. E--POINTS OF CONTACT: (1) Contracting and Cost Information: Ms. Linda Weisz, Contract Specialist, (850) 882-4294, ext 3405, linda.weisz@eglin.af.mil, or Ms Carol Abbott, Contracting Officer, carol.abbott@eglin.af.mil. Address and fax for both: AFRL/MNK, 101 West Eglin Blvd, Suite 337, Eglin AFB FL 32542-6810; and fax (850) 882-9599. (2) Programmatic/Technical Issues and Information: Program Manager, Ms. Tonya Savage, phone (850) 882-2141, ext. 2214; Fax: (850) 882-9790; e-mail tonya.savage@eglin.af.mil, or Chief Technical Manager, Dr. Kevin Jerome, phone (850) 883-0576, ext. 2212; Fax: (850) 882-2707; e-mail: kevin.jerome@eglin.af.mil.
 
Record
SN00827463-W 20050612/050612190404 (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.