MODIFICATION
A -- Armament Technology
- Notice Date
- 5/3/2006
- 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-06-0001
- Response Due
- 6/5/2006
- Archive Date
- 6/10/2006
- Point of Contact
- Christi O'Leary, Contract Specialist, Phone (850)883-2678, Fax (850)882-9599, - Brenda Soler, Contracting Officer, Phone (850)883-2680, Fax (850)882-9599,
- E-Mail Address
-
christi.oleary@eglin.af.mil, solerb@eglin.af.mil
- Description
- A?INTRODUCTION -- MNK-BAA-06-0001B (Flash/Staring Ladar Seeker (SLS) Special Amendment) (Part 2 of 2): C--ADDITIONAL INFORMATION: (1) Type of Contract: The Government anticipates negotiating one Cost-Plus-Fixed-Fee (CPFF) contract for this effort, but does not preclude other actualities if it is determined to be in the Government?s best interest. (2) Expected Award Date: Late September, 2006. (3) Anticipated Period of Performance: The SLS Program contract is anticipated to take 45 months. (4) Government Estimate: The Government expects to fund up to approximately $7.475K on contract for this program (baseline effort plus 2 priced options). This figure includes approximately $20K, $1,671K, $1,995K, $2,685K and $1,104K in each of FY06-FY10, respectively. This funding profile is an estimate only and is not a promise of funding, as all funding is subject to changes/availability and Government discretion. (5) Government Furnished Items (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) Request For Technical Annex: Technical annex, Minimum Performance Factors for the SLS, as it applies to precision guided munitions, may be obtained by sending a certified copy of a DD Form 2345, Militarily Critical Technical Data Agreement, appropriate clearance data, Commercial and Government Entity (CAGE) code, and approved mailing address to Capt Jade Lemery via email, mail or fax (see Section F ? Points of Contact, paragraph (2)). After acceptance of these items, this data package may be obtained in person or via U.S. mail. Request should be provided early enough to allow the Government 14 days to provide the document. No supplemental documentation will be provided unless requested in strict accordance with these instructions. (7) Notice to Foreign-Owned Firms: It has been formally determined that foreign participation will be prohibited. Exceptions may include those contractors with an agreement with the US State Department and a current facility clearance, copies of which should be provided to Section F Points of Contact. (8) Hazardous Materials: The contractor must identify any hazardous materials to be used in performance of this effort in the White Paper and any subsequently requested Formal Proposal. D-- WHITE PAPER AND PROPOSAL PREPARATION INSTRUCTIONS: (1) White Papers: White Papers should address all areas indicated by the Evaluation Factors in Section E ? Basis for Award, including how the contractor intends to achieve the objectives/requirements outlined in Section B?Requirements, of this Amendment for the entire program. Applicable experience and past performance and data rights should be addressed. A rough order of magnitude (ROM) cost estimate should be provided and should indicate annual funding as well as major sub-effort funding requirements. 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. Finally, the white papers should be structured to reflect the baseline effort and priced options described in Section B item 4. (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 objectives/ 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. Provide classified material directly to Capt Jade Lemery rather than to AFRL/MNK. 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 F. (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 detailed Statement of Work (SOW) for the contract and a contract schedule based on the baseline effort and priced options described in Section B item 4. Volume 1 should fully address the approach in accomplishing the Program objectives/requirements of Section B 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 staring Ladar development 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. 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. Proposals failing to provide adequate technical detail and discussion may be considered technically unresponsive to this BAA Special Amendment. In this proposal, the contractor must demonstrate knowledge of the systems engineering process and make realistic assumptions of how the proposed technology increases performance at the missile system level. (4) Cost Proposal: The Volume 2 Formal Cost Proposal must include and segregate the contract costs, and also provide a total summary. It must reflect the baseline effort and priced options described in Section B item 4 separately. The contract costs shall include, as a minimum, a labor category and man-hour breakdown 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 offeror shall include estimates for the cost/value of any Government-Furnished Equipment/Property/Information, etc. requested, and all costs expected to be incurred by the Government associated with providing the equipment, facilities, support, etc., necessary to meet the contractor?s testing requirements. Any costs associated with data or data rights shall be separately identified in the cost proposal. Any awardee should expect to certify cost and pricing data in accordance with FAR 15. (5) Page Limitations: White Papers are limited to 30 pages, which will include a ROM cost estimate. Formal Technical Proposal shall be limited to a total of 50 pages, including charts, figures, tables, etc. Proposed SOWs and resumes may be included as appendices, 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. Formal Cost Proposal will have no page limitation; however, the offeror is requested to keep the cost proposal to 30 pages -- less, if possible. Cost proposal spreadsheets must 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, using Arial or Times New Roman font, 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. Five hard copies should be provided. Proposals shall be submitted as an original document plus 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 sufficient contracts, based on the proposals received, to meet the Government?s needs. (7) Data Rights: The Government anticipates and strongly urges 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 white paper and the formal proposal. E?BASIS FOR AWARD: Evaluation Criteria: White Papers and proposals will be evaluated as to their projected success in achieving the objectives/requirements outlined in Section B--Requirements, of this BAA Special 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. Awards may be made without discussions. Factors are listed in descending order of importance. Although Cost is less important than Technical, it is still considered a significant factor. Factor (1) Scientific/Technical Merit ? Subfactors (a) through (d) in Factor (1) are of equal importance (a) Soundness of offeror?s proposed technical approach to the transmit laser compared to the stated minimum performance factors (MPFs) (b) Soundness of offeror?s proposed technical approach to the optical detector array compared to the stated MPFs (c) Soundness of offeror?s proposed technical approach to the readout integrated circuits compared to the stated MPFs (d) Soundness of offeror?s proposed technical approach to the ladar system integration compared to the stated MPFs Factor (2) Capabilities and Experience (Includes Past and Present Performance) ? Offeror?s capabilities, related experience (including past and present performance), facilities, techniques or unique combinations of these, which are integral factors for achieving proposal objectives. Past performance will be based on work performed on programs of similar scope and complexity within the last five years. Although Past and Present Performance information should be discussed in the White Paper and/or Volume 1,Technical Proposal, 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 GFM or acquisition of data rights. Factor (4) Small Disadvantaged Business (SDB) Participation -- The extent to which SDB concerns are specifically identified as participants will be evaluated. F--POINTS OF CONTACT: (1) Contracting and Cost Information: Address all questions to both individuals: Mark Fitzgerald, Contract Specialist, (850) 883-2670, mark.fitzgerald@eglin.af.mil and Carol Abbott, Contracting Officer, at 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, Capt Jade Lemery, phone (850) 882-1724 ext102; e-mail jade.lemery@eglin.af.mil. Deputy Program Manager, Capt Michael McLeish, phone (850) 882-1724 ext115; e-mail michael.mcleish@eglin.af.mil. Chief Engineer, Dr William Humbert, phone (850) 882-1724 ext118; e-mail william.humbert@eglin.af.mil. Address and Fax for all three: AFRL/MNGS, 101 West Eglin Blvd, Suite 287, Eglin AFB FL 32542-6810; Fax: (850) 882-1717. NOTE: THIS IS PART 2 OF 2.
- Record
- SN01039957-W 20060505/060503220541 (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 |