Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

B -- Tactical Demonstration and Evaluation (TAC D&E) Project, Guided Bomb Unit (GBU) Employment Guidance. For United States Marine Corps (USMC) Tactical Aircraft (TACAIR).

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297406T3001
 
Response Due
1/3/2006
 
Archive Date
2/2/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through FAC 2005-05 and DAC 91-13. Solicitation number M62974-06-T-3001 is issued as a Request for Quotation (RFQ). Where FAR clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This is an unrestricted solicitation. The service is described below: Tactical Demonstration and Evaluation (TAC D&E) Project, Guided Bomb Unit Employment Guidance. For United States Marine Corps (USMC) Tactical Aircraft (TACAIR). Statement of Work (SOW) 1.0 PROJECT OVERVIEW: The mission of Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) is to provide standardized advanced tactical training and certification of unit instructor qualifications that support Marine aviation training and readiness and to provide assistance in the development and employment of aviation weapons and tactics. To meet this mission, MAWTS-1 has a requirement for contractor expertise to analyze overall combat system performance, develop tactics development test plans, collect data, analyze test results and develop tactical guidance for USMC combat units. 2.0 PROJECT DESCRIPTION: A. BACKGROUND: Precision Guided Munitions are the weapons of choice in modern air-to-surface warfare. The precision of these weapons makes them ideal for use in urban warfare and in situations where collateral damage and fratricide are major employment considerations. USMC FA-18 and AV-8B aircraft are employing precision guided bombs such as the Joint Direct Attack Munition (JDAM) and the Laser Guided Bomb (LGB) against dynamic, unplanned targets. These weapons are employed day or night, and during adverse meteorological conditions. However, both of these Guided Bomb Units (GBUs) were initially conceived and designed to be used against fixed, pre-planned targets. When targets are pre-planned, several factors that will significantly improve the Probability of Delivery Success (Ps) are accounted for. These factors include; the development of precise target coordinates, thorough target area study, predicted weather effects on target acquisition and weapons flight path, seeker capabilities and more. However, the dynamics of the modern battlefield often require aircraft to flex to a secondary mission, change targets while enroute to their pre-planned objective area, or the mission may be designated from the beginning to be ?on-call? support to a general area of responsibility. In these cases, the aircraft weapon loadout may not provide the optimum weapon-to-target match and possibly invalidate weaponeering that occurred during pre-mission planning to include planned weapon effects, planned release parameters, and employment tactics. B. OBJECTIVE: The objective of this project is to develop guidance for employing GBUs, with the similar precision effects of pre-planned targets, in a dynamic environment against unplanned targets. The final products will be actionable procedures, or ?rules of thumb?, that can be applied using the best information available in a reactive environment. The contractor shall have the ability to coordinate with the Naval Strike Air Warfare Center (NSAWC) JDAM Target Of Opportunity (TOO), TAC D&E effort in order to expedite the process and reduce the cost of a full TAC D&E project. The contactor shall also coordinate with other weapons performance initiative such as the Conventional Ordnance Performance Evaluation (COPE) group from Naval Surface Warfare Center (NSWC), Crane, along with initiatives by military and civilian meteorological organizations. 3.0 SPECIFIC TASKS: TASK 1 Project Data Collection Plan. The contractor will work with the MAWTS-1 Aviation Development, Tactics and Evaluation (ADT&E) action officer to gather existing data and products that will define the capabilities, limitations and vulnerabilities of GBUs employed in a dynamic, unplanned environment. The contractor will also search for tools and tactical delivery solutions for mitigating unplanned employment variables. Additionally, the contractor will research existing efforts in the U.S. Navy and U.S. Air Force as well as initiatives within the military meteorological community and identify synergies. TASK 2 Project Test Report. Develop a project report that documents the results, data collection, and analysis effort. It shall include a description of the objectives and scenario, tactics employed, data collected, data analyses, and results, conclusions, and recommendations. Data collected during testing and subsequent data analysis will be used in the development of a GBU Employment Guide. TASK 3 Tactical GBU Employment Guide. The scope of the Tactical GBU Employment Guide shall include the FA-18D equipped with a Northrop Grumman Litening II Pod, and the AV-8B equipped with a Northrop Grumman Litening II Pod, each employing the JDAM and Paveway II. The Tactical GBU Employment Guide shall provide for each type aircraft configuration a decision matrix and actionable procedures, or ?rules of thumb?, for optimizing, sensors, weapon system and weapons delivery techniques for achieving the desired weapons effects in a dynamic planning environment. TASK 4 Monthly Status Reports: Provide monthly progress reports that include the following information: ?Previous month?s accomplishments ?Current or anticipated problems, changes, remarks ?Deliverable status (due dates/delivery dates) ?Plans for the following month TASK 5 Travel: Four trips of 2 days duration each. Travel shall be to NAS China Lake, CA, Raytheon Tucson, AZ, Eglin AFB, FL and Monterey, CA. One trip of three days duration to MAWTS-1 in Yuma, AZ, to finalize the Employment Guide. Travel shall be limited to reimbursement of local and long distance transportation expenses directly related to work performed for his contract, in accordance with the Joint Federal Travel Regulations. Travel is reimbursed at actual cost and Government per Diem cost(s) on the dates(s) travel is required. Travel costs cannot include profit. Receipts are to be provided for all travel costs prior to reimbursement and must accompany the invoice they are identified on. Contractor personnel will ensure DoD military rates for lodging and per diem are not exceeded. Upon return, travelers shall submit a voucher for payment through the contractor within ten (10) calendar days after completion of travel. 3.1 DELIVERABLES/PRICING: Quote must contain individual pricing for each task listed below and a total amount indicating the price of the entire quote: TASK Title/Description Task 1 Project Data Collection Plan Task 2 Project Test Report Task 3 Tactical GBU Employment Guide Task 4 Monthly Status Reports Task 5 Travel All deliverables shall be approved by the MAWTS-1 Aviation Development, Tactics and Evaluation (ADT&E) action officer. 4.0 REQUIREMENTS: A. GENERAL: This is a firm fixed priced contract to be completed nine (9) months after date of award. Except as noted under Travel (Paragraph B), electronic medium shall be utilized for all unclassified collaboration and deliverables. Deliverables shall be provided in electronic format using Adobe Acrobat (.pdf). B. PERSONNEL: This project will require experience with tactical aviation, precision weapons, flight test and TAC D&E project management. Personnel with military tactical squadron command experience is highly desired, as is the ability to integrate with ongoing MAWTS-1 studies, such as Conventional Ordnance Performance Evaluation and JDAM TAC D&E in order to build upon program synergies. C. SECURITY CLEARANCE: The highest level of classification required by this project is SECRET. Working spaces authorized for classified work and classified storage, when required, will be provided on site at MAWTS-1. A classified computer with SIPRNET access will be provided when on site at MAWTS-1. Contractor shall provide a list of personnel who will perform on this contract to include name, social security number, citizenship and proof of secret security clearance. Security clearances must be validated by the MCAS Yuma Installation Security Department. D. ACCESS TO GOVERNMENT EQUIPMENT: MAWTS-1 will provide classified computer access, when required, to the contractor. Navy-Marine Corps Internet email accounts will be provided, if necessary. E. ACCEPTANCE AND PAYMENT: Contractor shall be reimbursed for completed work. In accordance with DFARS 252.232-7003, the vendor will submit invoices electronically through Wide Area Workflow (WAWF). This is a paperless system, which allows the vendor to submit electronically, and the Government to accept the invoice electronically. The Two-in-One Invoice/Receiving Report will be utilized for this service contract. Additional information on registering in WAWF can be obtained at https://wawf.eb.mil. F. INSTALLATION ACCESS: MCAS Yuma has security requirements and restrictions and the contractor?s Employees or subcontractors shall comply with these requirements. Failure to comply with security Requirements does not relieve the contractor of performance requirements. Contractor and subcontractor employee compliance with installation rules and regulations. The Contractor is responsible for ensuring that each of its subcontractors fully complies with the following provisions, and shall flow down to subcontracts a clause to satisfy this contractual obligation. 1. The Contractor is responsible for providing information required to obtain clearances, permits, passes, or security badges required for Contractor personnel or equipment access. This includes information required for police or background checks or investigations and all other requirements of the issuing activity. 2. The Contractor is responsible for ensuring such clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. 3. All Contractor personnel performing work under this contract who require access to military installations shall obtain personal entry and vehicle passes from the Provost Marshall?s Office (PMO) of each base. 4. The Commanding Officer of the base, or his designated representative, has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding Officer, or his designated representative, may refuse to grant personal entry passes or may bar Contractor employees, including employees who have been granted a personal entry pass. Refusal to grant an employee a personal entry pass or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. 5. The Contractor?s employees shall observe and comply with all base rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. 6. Contractor personnel performing work under this contract shall be readily identifiable an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the contracting officer. 7. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by Military Police or other security or safety personnel. Quotes will be evaluated based on best value to the Government using the following critical evaluation factors: 1) Price, 2) Personnel Qualifications, 3) Prior Experience. Period of performance is nine (9) months from date of award. All vendors submitting a quote are notified that you must be active in the Central Contractor Registration database to be considered for award. The websites for registration is www.ccr.gov. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include (b) (5), (14), (15), (16), (17), (18), (19), (20), (31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, to include DFARS 252.225-7036, Buy American! Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this contract/order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a firm fixed price contract resulting from this Request for Quotation based on best value based on the critical evaluation factors listed above. All responsible business sources may submit a quote, which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-06-T-3001 by 2:00 PM (PT) on 3 January 2006. Parties wishing to respond to this solicitation will provide this office with the following: a written price quote on company letterhead pricing each of the five tasks separately as well as indicating a total price, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact. Clauses may be obtained at web site http://www.arnet.gov/far. Questions should be directed to Dale English via email at dale.english@usmc.mil. Quotes may be emailed to Sharon.Hutchins@navy.mil or faxed to 928.269.2287, Attn: Sharon Hutchins. Quotes may also be mailed via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. FEDEX quotes may be sent to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. Quotes must be received by the closing date listed above.
 
Record
SN00956362-W 20051223/051221212721 (fbodaily.com)
 
Source
FedBizOpps 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.