Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

A -- Integrated Precision Ordnance Delivery System (IPODS) Phase I Concept Refinement

Notice Date
5/20/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
BAA-RWK-09-0010
 
Point of Contact
Michael A Rivera, Phone: 850-883-2681, Laura Klepper, Phone: 850-882-4296
 
E-Mail Address
michael.rivera@eglin.af.mil, laura.klepper@eglin.af.mil
(michael.rivera@eglin.af.mil, laura.klepper@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BROAD AGENCY ANNOUNCEMENT (BAA) BAA-RWK-09-0010 NAICS CODE: 541712 FEDERAL AGENCY NAME: AIR FORCE RESEARCH LABORATORY, MUNITIONS DIRECTORATE, CONTRACTING DIVISION (AFRL/RWK), EGLIN AFB, FL BAA TITLE: INTEGRATED PRECISION ORDNANCE DELIVERY SYSTEM (IPODS) PHASE I CONCEPT REFINEMENT BAA TYPE: INITIAL ANNOUNCEMENT BAA NUMBER: BAA-RWK-09-0010 WHITE PAPER DUE DATE AND TIME: White papers are due by 2:00 PM Central Time on 6 Jul 2009. Deliver to: AFRL/RWK, Attn: Mr Michael Rivera, 101 West Eglin Blvd, Suite 337, Eglin AFB FL 32542-6810. White Papers received after this due date and time shall be governed by the provisions of FAR 52.215-1(c) (3). See Section IV for additional information. It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the above stated date and time as a result of security delays will be considered "late". Furthermore, note that if offerors utilize commercial carriers in the delivery of White Papers, they may not honor time-of-day delivery guarantees on military installations. Early White Paper submission is encouraged. I. PROGRAM DESCRIPTION: The Air Force Research Laboratory Munitions Directorate, Contracting Division (AFRL/RWK) is soliciting White Papers for the Flight Vehicle Integration Branch (AFRL/RWAV) on the following research effort: Integrated Precision Ordnance Delivery System (IPODS) Phase I concept refinement. It is anticipated approximately two of the White Papers may be selected for further consideration, and their originators may subsequently be requested to submit formal written technical and cost proposals, with the intent of negotiating approximately two contracts for Phase I of the IPODS Program. However, the Government reserves the right to award one, multiple, or no contracts pursuant to this BAA. Upon completion of Phase I, it is anticipated that a second BAA will be released requesting proposals for the remaining phases (Phase II-weapon development with preliminary testing and Phase III-weapon performance demonstration) of the IPODS Program. For the second BAA, there will be a full and open competition, not limited to the offerors chosen for Phase I. (1) Introduction: IPODS serves as a risk reduction program for development of payload delivery technologies needed to attack tunnel targets and hold at risk critical mission areas far down a tunnel behind blast doors. These technologies will also provide alternate payload delivery capabilities in areas to be determined. The challenge is to design a robust suite of technologies that will integrate into a low-cost solution. (2) Program Objective: The fundamental objective of the IPODS Program is to develop a prototype for an airborne released, highly maneuverable weapon capable of defeating internal tunnel defenses and targets deep within tunnels. The IPODS shall be compatible with multiple carriages on F-15E, B-52, and B-2 aircraft using existing carriage hardware. Key technical tasks include feasibility studies of the IPODS weapon system, demonstration of the weapon lethality by computations and live static firings, preliminary and detailed design, prototype development, and system functional ground tests. (3) Technical Requirements: IPODS technical requirements are listed in the System Requirements Document (SRD), which is found in Annex 1 and technical material, which is found in Annex 2. Certified DD Form 2345, Militarily Critical Technical Data Agreement, is required to be submitted to the Program Manager and the Contract Specialist in order to receive the Annexes. Once a certified DD Form 2345, Militarily Critical Technical Data Agreement, is received, then the contractor will receive access to the Annexes. See paragraph I (9) (d) for further details on how to request the Annexes. (4) Program Tasking: The program is anticipated to include three phases. This BAA pertains to Phase I as follows: Phase I Concept Refinement: Refer to Section/Paragraph V for evaluation criteria details. See Section/Paragraph II (3) for anticipated Period of Performance. Under Phase 1, the contractor shall: • Identify and develop a weapon system concept based on the IPODS Program Objective and Technical Requirements. • Perform preliminary engineering design trades and system level effectiveness analyses to demonstrate the merit of the concept. • Conduct a Technology Readiness Level (TRL) assessment of the key supporting technologies (e.g. seeker, fuze, guidance and control) and supporting rationale to enable the IPODS concept. It is anticipated that all data delivered under any resulting award will be delivered with unlimited rights; however different rights may be negotiated as appropriate. The TRL assessment shall be non-proprietary and will be provided for reference in the BAA for Phases II and III. Identify airframe maneuverability, ability to support the requisite aerodynamic and structural loads consistent with the concepts' method of employment. • Develop a Technology Maturation Test Plan(s). The plan(s) should include priced/prioritized recommendations to mature each of the key technologies. This plan shall be non-proprietary and will be provided for reference in the BAA for Phases II and III. • Deliverables: Final report containing the preliminary IPODS design and Concept of Employment, TRL Assessment, and Technology Maturation Test Plan(s). (5) Management: For each contract awarded, the contractor shall be responsible for meeting all requirements, including but not limited to: cost, technical, schedule, and security. The contractor shall communicate the technical and programmatic status through Data Requirements submissions discussed in Section/Paragraph I(6) and scheduled meetings discussed in Section/Paragraph I(7). In addition to the Preliminary Design Review, informal program status interchanges (such as weekly teleconferences) are encouraged. (6) Data Requirements: The following data submittals are expected to be required for each contract awarded: a. Monthly Status Reports (Status Report: DI-MGMT-80368/T) b. Contract Work Breakdown Structure (DI-MGMT-81334C) c. Monthly Performance and Cost Report (DI-FNCL-80912) d. Quarterly Contract Funds Status Report (DI-MGMT-81468) e. Program Review Material (Presentation Material: DI-ADMN-81373/T) f. Preliminary Design (Developmental Design Drawings and Associated Lists: DI-SESS-81002D) g. Technology Maturation Test Plan (Test Plan: DI-NDTI-80566) h. Final Technical Report (Final Reports: DI-MISC-80711A/T) (7) Meetings and Reviews: The Government anticipates the following program meetings and reviews: Kickoff within a month of contract start date at contractor's facilities; Technical Interchange Meetings quarterly (and/or as deemed necessary by the Government or contractor) alternating between the contractor's facilities and Eglin AFB, FL; and a Preliminary Design Review at completion of Phase I at Eglin AFB, FL. The contractor may propose to conduct or participate in other meetings with subcontractors, Government agencies, or third parties, as deemed necessary. The contractor should have in place the methods necessary to provide two way secure email transmission between the Government, contractor and all subcontractors, etc. This capability provides for day to day secure email and the transmission of data electronically. (8) Other Requirements: a. Program Security Requirements: Portions of this program will be classified at the Secret level and a DD Form 254 will apply to the awarded contract. Thus, offerors must verify their Cognizant Security Office information is current with Defense Security Service (DSS) at www.dss.mil. b. Emissions Security (EMSEC) requirements will apply. Generation of classified material is authorized only on equipment approved for classified processing by Air Force EMSEC authorities. Based upon the proposed technical approach, the Government will provide a Security Classification Guide at contract award or during the performance of the contract, whenever the requirements of the guide, as it pertains to the contract performance, can be determined. c. International Traffic in Arms Regulations and Public Law 98-94 (export control) will apply to this effort. d. It is anticipated that all data delivered under any resulting award will be delivered with unlimited rights; however different rights may be negotiated as appropriate. The contractor shall identify data rights assertions, licenses, patents, etc. that apply to any proprietary materials, technical data, products, software, or processes to be used by the prime or subcontractor(s) in the performance of this program; and shall address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the IPODS design. The contractor shall specifically address data rights/proprietary issues at each meeting discussed in Section/Paragraph I (7). The contractor shall specifically address inventions/patents identified in the performance of the program at each meeting discussed in Section/Paragraph I (7). Per Section/Paragraph I (4), the TRL assessment and test plans must be non-proprietary. e. Subcontracting Plans: Subcontracting plans will be required in accordance with FAR 19.702 Small Business Programs. (9) Other Information: a. Government Furnished Property (GFP): The Government may assist in providing GFP, based on availability, if requested. Therefore, the offeror shall include a detailed list of Government resources, with their associated approximate value (if known), required to execute a contract in a timely and cost effective manner. b. Base Support/Network Access: It is not anticipated, but offeror should identify any they believe is necessary in their White Paper and any subsequent proposals. c. 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. Request for Annexes: To receive Annex 1 and Annex 2, the offeror must be certified to receive military critical technical data under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp). To request these annexes, forward a written request for release of export-controlled data related to the IPODS program to Ms Sandy Davis via mail or fax (see Section VII - Agency Contacts, paragraph (2)). The written request shall include: i. Certified copy of a DD Form 2345, Militarily Critical Technical Data Agreement ii. Commercial and Government Entity (CAGE) code iii. Name, phone, email, and fax of the person to receive the annexes iv. Self-addressed mailing envelope or self-adhesive label The request should be provided early enough to allow the Government up to 14 calendar days to provide the document. No supplemental documentation will be provided unless requested in strict accordance with these instructions. II. AWARD INFORMATION: (1) Type of Contract: The Government anticipates negotiating approximately two Cost-Plus-Fixed-Fee (CPFF) contracts for the Phase I effort. At the end of Phase I, it is anticipated another BAA will be released requesting proposals for Phases II and III, with an anticipated award. However the Government reserves the right to award one, two or no contracts for the next BAA. (2) Anticipated Number of Awards: The Government anticipates negotiating approximately two Cost-Plus-Fixed-Fee contracts for Phase I of the IPODS Program. However, the Government reserves the right to award one, multiple, or no contracts pursuant to this BAA. (3) Anticipated Award Date: The Government expects to receive White Papers within 45 days of publication of this BAA, to request proposals within 3 weeks thereafter, to receive proposals within 30 days thereafter, and to negotiate and award multiple contracts within 8-9 weeks thereafter (Sept.-Oct. 2009). Anticipated Period of Performance: Phase I is expected to be 9 months (6 months for the technical effort, 1 month for first submission of Final Report, 2 months for revisions). (4) Anticipated Funding: Two awards are anticipated for Phase 1 with a maximum of $0.5M per award. Anticipated funding for Phase II and Phase III is approximately $31M. This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. Also, the maximum totals assume the inclusion of all test costs. If Government-conducted testing and/or Government facility/range use are proposed, the contractor should make a ROM estimate of the costs associated for such testing and factor it into the maximum total cost. III. ELIGIBILITY INFORMATION: (1) Eligible Offeror/Applicants/Notice to Foreign-owned Firms: All applicants are potentially eligible, with the exception of foreign-owned offerors. A determination has been made for this solicitation, that all foreign participation at the prime contractor and subcontractor levels will be prohibited, with the exception of those with an appropriate Special Security Agreement (SSA) in place with the U.S. Government. Foreign or foreign-owned offerors should immediately contact the contracting office focal point identified in Section VII for information if they contemplate responding. All correspondence must reference the title and BAA number. (2) Cost Sharing or Matching: Cost sharing is not a requirement. IV. PROPOSAL/APPLICATION AND SUBMISSION INFORMATION: (1) Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITING WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. (See Sections V and VI of this announcement for further details.) (2) General: Offerors should be alert to any amendments that may be published. The Government reserves the right to amend due dates or other data as necessary, and to make awards without discussions. Multiple White Papers within the purview of this announcement may be submitted by each offeror. 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 White Papers (and formal proposals, if requested in accordance with Section/Paragraph VI(1)). Any classified material must be provided in a separate Annex and must be properly marked and handled as such. Any classified material should be provided directly to Ms. Sandy Davis (see Section/Paragraph VII (2)) rather than to AFRL/RWK. For formal proposals, submit separate Technical and Cost Volumes, and mark them as valid for 180 days. Volume 1 should provide the Technical proposal, and should be unclassified, if possible. Volume 2, Cost Proposal, must be unclassified, and should address the price, cost details, and a risk assessment of the proposal. (3) Content and Form of Submission for White Papers: Offerors are required to submit one-original and two paper copies, and one (1) electronic copy (on a CD or DVD) of a White Paper summarizing their proposed approach/solution. The White Paper shall be limited to 25 pages, prepared and submitted in Word format. Font shall be standard 10-point business font Arial or Times New Roman. Character spacing must be "normal," not condensed in any manner. Pages shall be single-spaced, single-sided, 8.5 by 11 inches, with at least one-inch margins on all sides. All text, including text in tables, must adhere to all font size and line spacing requirements listed herein. Font and line spacing requirements do not have to be followed for illustrations, flowcharts, drawings, and diagrams. These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. The page limitation covers all information except the cover page. Any pages in excess of the stated page limitation will be removed (after page 25) and will not be considered. Email submissions will not be accepted. A confirmation of receipt may be generated via email as White Papers are received ( if an email address is provided with the White Paper). The purpose of the White Paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. Format the White Paper as follows: Section A: Cover Page. BAA Reference number "BAA-RWK-09-0010", Title of Paper, Period of Performance, Estimated Cost, Name/Address of Company, Commercial and Government Entity (CAGE) number, Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, Technical and Contracting Points of Contact (phones, fax and emails) (this section is NOT included in the page count). Section B: White Paper Details. White Papers should address all areas indicated by the Evaluation Criteria (see Section/Paragraph V(1)), including how the contractor intends to achieve the objectives of Section I for the entire 6 month technical effort (see Section/Paragraph II(3)) based on the anticipated funding shown in Section/Paragraph II(4). Both corporate and individual experience should be addressed (See evaluation criteria in Section V (1)). Additionally, the White Papers shall include any partners, subcontractors, etc., to be utilized, discuss risk (technical, schedule and cost) assessment, technology maturity levels and maturity plans required to meet requirements, and identify the modeling and simulation (M&S) software that will be used in system design and effectiveness assessments. (4) Content and Form of Submission for Full Proposals: The Government reserves the right to request one, multiple or no proposals as a result of the White Paper evaluations. In the event that the White Paper results in an invitation to submit a formal proposal, the paragraphs below indentify proposal format and content. Offerors must submit one-original and two paper copies, and one (1) electronic copy (on a CD or DVD) of both the Technical and Cost proposals. a. Volume 1- Technical Proposal: (i) Page Limitation: The Proposal shall be limited to 75 pages, prepared and submitted in Word format. Font shall be standard 10-point business font Arial or Times New Roman. Character spacing must be "normal," not condensed in any manner. Pages shall be single-spaced, single-sided, 8.5 by 11 inches, with at least one-inch margins on all sides. All text, including text in tables, must adhere to all font size and line spacing requirements listed herein. Font and line spacing requirements do not have to be followed for illustrations, flowcharts, drawings, and diagrams. These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. The page limitation covers all information except the cover page. Any pages in excess of the stated page limitation will be removed (after page 75) and will not be considered. (ii) The Technical Proposal shall fully address the approach in accomplishing the Program objectives/requirements of Section I, Program Description, above. The contractor must also provide a summary of relevant past and present capabilities and experience. Both corporate and individual experience should be addressed (See evaluation criteria in Section/Paragraph V(2)). 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. 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. The contractor must demonstrate knowledge of the systems engineering process and make realistic assumptions of how the proposed technology enhances performance at the weapon system level; identify any perceived risks, and risk mitigation actions to be taken. b. Volume 2 - Cost Proposal: Cost proposals have no page limitations; however, offerors are requested to keep cost proposals under 100 pages as a goal. See FAR Table 15.2 for specific information for adequate cost proposal requirements. Cost proposal spreadsheets must be submitted in Microsoft Excel format. The formal cost proposal for Phase 1 must include and segregate the contract costs by year, and also provide a total summary. The contract costs shall include, as a minimum, a labor category and man-hour breakdown, by task, including applicable labor rates, a cost element summary including labor, travel, other direct costs, consolidated bill of material, overheads, G&A, fee, 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 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. Cost and Pricing/Certified data shall be required in accordance with FAR 15. (c) Cover Page: Both the Technical and Cost proposal must have a cover page with the following information: BAA Reference number "BAA-RWK-09-0010", Title of Paper, Period of Performance, Estimated Cost, Name/Address of Company, Commercial and Government Entity (CAGE) number, Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, Technical and Contracting Points of Contact (phones, fax and emails). The Cover page is NOT included in the page count. (5) Submission Dates and Times: White Papers are due by 2:00 PM Central Time on 6 Jul 2009. White Papers received after this due date and time shall be governed by the provisions of FAR 52.215-1(c) (3). Both White Papers and Proposals must be submitted to AFRL/RWK Contracting Office to the parties shown in Section VII - Agency Contacts, paragraph (1). (6) Funding Restrictions: The cost of preparing White Papers/Proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. (7) Contractual Authority: Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The Government reserves the right to award one, multiple, or no contracts, based on the proposals received and the requirements of the Government. V. PROPOSAL/APPLICATION REVIEW INFORMATION: (1) White Paper Evaluation Criteria: White Papers will be evaluated as to their projected success in achieving the objectives/requirements outlined in Section I, of this BAA, utilizing the Factors and Sub-factors below. Additionally, a risk assessment (See Section/Paragraph V (3)) 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (1.1) Factor (1) Scientific/Technical Merit - Sub-factors (a) through (c) are of equal importance. (a) Soundness of offeror's proposed IPODS Concept and proposed development (b) Soundness of the offeror's proposed approach to conducting design trade studies (c) Soundness of the offeror's proposed approach to performing assessment studies (1.2) Factor (2) Capabilities and Experience - Subfactors (a) through (c) in Factor (2) are of equal importance. (a) Personnel/Management: Experience and capabilities of key personnel (both technical and management); experience and capabilities to manage technical risks, control cost and schedule. (b) Facilities, equipment and techniques necessary to accomplish the project. (c) Subcontract Management: Experience and capabilities to manage subcontractor performance, cost and schedule; nature and extent of reliance on subcontractor. Capabilities and experience may include unique combinations of these subfactors, which are integral factors for achieving proposal objectives. Experience may be best indicated by work performed on programs of similar scope and complexity within the last 5 years. Any resumes should be in a separate Appendix, which is not included in the White Paper page limits. The Government team may request supplemental historical information if required to confirm/verify experience and capabilities. (1.3) Factor (3) Cost - Cost/Price includes the reasonableness and realism of the proposed cost and fee and consideration of proposed budgets and funding profiles. Cost/Price is a substantial factor, but ranked as the third order of priority. (2) Phase 1 Proposal Evaluation Criteria: Phase1 proposals will be evaluated as to their projected success in achieving the objectives/requirements outlined in Section I, of this BAA, utilizing the Factors and Sub-factors below. Additionally, a risk assessment (See Section/Paragraph V (3)) 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (2.1) Phase 1 Factor (1) Scientific/Technical Merit - Sub-factors (a) through (c) are of equal importance. (a) Soundness and scope of offeror's proposed technical approach and consistency with good systems engineering practices (b) Extent to which the offeror demonstrates that the defined requirements (See Section I (3)) can be accomplished with the proposed technology (c) Scope, traceability and feasibility of proposed analysis and test plans (2.2) Phase 1 Factor (2) Capabilities and Experience - Subfactors (a) through (c) in Factor (2) are of equal importance. (a) Personnel/Management: Experience and capabilities of key personnel (both technical and management); experience and capabilities to manage technical risks, control cost and schedule. (b) Facilities, equipment and techniques necessary to accomplish the project. (c) Subcontract Management: Experience and capabilities to manage subcontractor performance, cost and schedule; nature and extent of reliance on subcontractor. Experience and capabilities may include unique combinations of the subfactors above, which are integral factors for achieving proposal objectives. Experience may be best indicated by work performed on programs of similar scope and complexity within the last 5 years. Experience should be relevant to the tasks identified in this BAA, to include; design and development of weapon systems, design development and flight testing of weapon systems. The government team may request supplemental historical information if required to confirm/verify experience and capabilities. (2.3) Phase 1 Factor (3) Cost - Reasonableness and realism of proposed costs. Cost realism includes evaluating if the proposed cost is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the unique methods of performance and material described in the offeror's technical proposal. 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. (3) White Paper/Proposal Risk Assessment: White Paper/Proposal risk will be assessed at each Factor level as part of the evaluation of the above evaluation criteria. White Paper/Proposal risk relates to the identification and assessment of the risks associated with an offeror's proposed approach as it relates to accomplishing the proposed effort. Tradeoffs of the assessed risk will be weighed against the potential payoff. The following definitions will be used during the risk assessment: (3.1) High: Likely to cause significant disruption of schedule, increase cost, or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. (3.2) Moderate: Can potentially cause some disruption of schedule, increase cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. (3.3) Low: Has little potential to cause disruption of schedule, increase cost, or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. (4) No further evaluation criteria will be used. Individual White Paper/Proposal evaluations will be evaluated against the evaluation criteria without regard to other White Papers and Proposals submitted under this BAA. (5) Review and Selection Process: Should formal proposals be requested based on the evaluation of White Papers, those technical and cost proposals will be evaluated at the same time, using the same criteria stated above, and categorized as follows: (i) Category I: Proposal is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Category I proposals. (ii) Category II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. (iii) Category III: Proposal is not technically sound or does not meet agency needs. VI. AWARD ADMINISTRATION INFORMATION: (1) Selection Notices for White Papers: Those White Papers evaluated in accordance with Sections/Paragraphs V (1) and V (3) and determined to be of Best Value to the Government may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the contracting or technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those White Papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. Offerors may request status of their White Paper no earlier than 45 days after submission. (2) Award Notices for Proposals: Offerors will be notified whether their proposal is recommended for award, by letter or e-mail. The notification is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award. The Government reserves the right to award one, multiple, or no contracts pursuant to this BAA. (3) Administrative and National Policy Requirements: The offeror will require a Secret facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to Secret information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. VII. AGENCY CONTACTS: Any correspondence must reference the BAA title and number. (1) Contracting and Cost Information: Address all concerns to both individuals : Mr. Michael Rivera Contract Specialist, (850) 883-2681, michael.rivera@eglin.af.mil and Ms. Laura Klepper, Contracting Officer, at laura.klepper@eglin.af.mil. Address and fax for both: AFRL/RWK, 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. Sandy Davis, phone (850) 883-2349 at sandra.davis2@eglin.af.mil, Deputy Program Manager, Virginia Swindell, phone (850) 883-2697 at virginia.swindell@eglin.af.mil; Fax: (850) 883-2538. Address: AFRL/RWAV, 101 West Eglin Blvd, Suite 342, Eglin AFB FL 32542-6810. (3) In accordance with AFFARS 5315.90, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer listed above for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The Ombudsman is as follows: Ms Karen Sue Hunter; phone: 937-904-9700; email: Karen.Hunter@WPAFB.AF.MIL; FAX: 937-255-5036. VIII. OTHER INFORMATION: (1) Communication: Dialogue between prospective offerors and Government representatives is encouraged until submission of White Papers. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. (2) Debriefings: When requested, a debriefing will be provided. The debriefing process will follow the time guidelines set out in 10 USC 2305 (b) (5), but the debriefing content may vary to be consistent with the procedures that govern BAAs (FAR 35.016). (3) Wide Area Work Flow Notice: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission Of Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/. Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCAA. (4) Forward Pricing Rate Agreements: Offerors who have forward pricing rate agreements (FPRA's) should submit them with their proposal. (5) Excessive Pass-Through Charges: Any contract award resulting from this announcement may contain the clause at DFARS 252.215-7004, Excessive Pass-Through Charges, (Apr 2007) which requires the contractor to identify in its proposal the percentage of effort to be performed by the prime contractor and the percentage expected to be performed by each subcontractor. If the contractor intends to subcontract more than 70% of the total cost of work under the contract or task order, then it shall identify the amount of the contractor's indirect costs and profit applicable to the subcontract work, and a description of the value added by the contractor. If any subcontractor intends to subcontract to a lower tier subcontractor more than 70% of the total cost of its work, then it shall identify the amount of the subcontractor's indirect costs and profit applicable to the lower tier subcontract work, and a description of the value added by the subcontractor. (6) On-Line Representations and Certifications: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award; they must submit annual Electronic Representations and Certifications, otherwise known as On-line Representations and Certifications Application (ORCA) via the Business Partner Network (BPN) at http://www.bpn.gov/orca. These FAR level representations and certifications are required in addition to the representations and certifications specific to this acquisition. Before submitting the Electronic Representations and Certifications, contractors must be registered in the Central Contractor Registration (CCR) Database. On-line registration instructions can be accessed from the DISA CCR home page at http://www.ccr.gov (7) Associate Contractor Agreements: Associate Contractor Agreements (ACAs) may pertain to this BAA. (8) Post-Award Small Business Program Representation: As prescribed in FAR 19.308, FAR Clause 52.219-28, "Post-Award Small Business Program Representation (JUN 2007)," is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. This clause requires a contractor to represent its size status when certain conditions apply. The clause provides detail on when the representation must be complete and what the contractor must do when a representation is required. (9) Enabling Clause: Any contract award resulting from this announcement may contain the clause at AFMCFARS 5352.215-9008, Enabling Clause between Prime Contractors and Service Contractors, (Jul 1997), substantially as written, in Section I when a prime contractor must agree to cooperate with a support contractor during the performance of this contract. (10) Provisions of the Federal Acquisition Regulation may be accessed electronically at this address: http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/BAA-RWK-09-0010/listing.html)
 
Record
SN01823271-W 20090522/090521001814-5c1f74fc854916819ce1d06a9a33d758 (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.