SOLICITATION NOTICE
A -- Infrared Radiation Effects Laboratory - BAA-RV-12-03 Full Text and Attachments
- Notice Date
- 6/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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, Space Vehicles Directorate, Kirtland AFB, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
- ZIP Code
- 87117
- Solicitation Number
- BAA-RV-12-03
- Archive Date
- 8/14/2012
- Point of Contact
- Stephanie Archuleta, Phone: (505) 846-0048
- E-Mail Address
-
Stephanie.Archuleta@Kirtland.af.mil
(Stephanie.Archuleta@Kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- BAA-RV-12-03 Model Contract - includes list of Government Furnished Property, Draft CDRLs, and Draft DD254. BAA-RV-12-03 Cost Proposal Instructions BAA-RV-12-03 Reps and Certs (Section K) Full text of the BAA in Microsoft Word format. BROAD AGENCY ANNOUNCEMENT BAA-RV-12-03 Air Force Research Laboratory Space Vehicles Directorate ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: Infrared Radiation Effects Laboratory (IRREL) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-RV-12-03 BRIEF PROGRAM SUMMARY: This is a Broad Agency Announcement (BAA) describing the research areas of interest for the Infrared Radiation Effects Laboratory (IRREL) program. A single contract award is anticipated with a period of performance of 60 months. PROPOSAL DUE DATE AND TIME: Proposals for all areas will be due by 12:00 p.m., Mountain Standard Time (MST) 45 days after publication of the FedBizOpps notification. Proposals received after this due date and time shall be governed by the provisions of FAR 52.215-1(c)(3). ESTIMATED PROGRAM COST: Anticipated funding for the program (not per contract or award) is $9.9M, with the following anticipated budget: FY 12 $500K; FY 13: $1.7M; FY 14: $1.8M; FY 15: $2M; FY 16: $2.2M; FY17: $1.7M. 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. GENERAL INFORMATION: The applicable NAICS code for this announcement is 541712, Research and Development in the Physical, Engineering, and Life Sciences, with a small business size standard of 500 employees. This acquisition is unrestricted. Small businesses are strongly encouraged to propose on all or any part of this solicitation. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov in the event this announcement is amended. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. It is anticipated that awards under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have Defense Contract Audit Agency (DCAA) approved accounting system. Information concerning DCAA may be found at http://www.dcaa.mil. Also, specific information concerning accounting systems reviews may be found under the menu located on the left hand side of the screen entitled "DCAA Publications." The publication listed there is entitled "Information for Contractors" and Chapter 2, paragraph 2-301.1, provides details on accounting system reviews. Offerors are strongly encouraged to address their accounting system prior to the award timeframe. Lack of a DCAA approved accounting system will significantly delay and likely prevent award. Questions regarding this matter should be addressed to the Contract Specialist identified below. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding one contract. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. POINTS OF CONTACT: Technical Point of Contact: The technical point of contact for this BAA is Mr. Vince Cowan, AFRL/RVSS, Kirtland AFB, NM, Phone 505-853-4591, Fax 505-853-4591, Email vincent.cowan@kirtland.af.mil Contracting Points of Contact: The contracting points of contact for this BAA are: Contract Specialist: Ms. Stephanie Archuleta, Det. 8 AFRL/RVKVS, Kirtland AFB, NM, Phone 505-846-0048, Fax 505-846-6022, Email stephanie.archuleta@kirtland.af.mil Contracting Officer: Teofilo Bautista, Jr., Det. 8 AFRL/RVKVS, Kirtland AFB, NM, Phone 505-846-1075, Fax 505-846-6022, Email Teofilo.bautista@kirtland.af.mil BROAD AGENCY ANNOUNCEMENT BAA-RV-12-03 Air Force Research Laboratory Space Vehicles Directorate FULL TEXT ANNOUNCEMENT 1. REQUIREMENT DESCRIPTION A. The Air Force Research Laboratory (AFRL) Space Vehicles Directorate is interested in receiving proposals from all offerors to advance the state-of-the-art and scientific knowledge in Space and Missile technology. Proposals that either enable the development and transition of innovative high payoff space technologies supporting the warfighter to ensure America's advantage to meet performance, reliability, maintainability, supportability and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of particular interest. B. This is a Broad Agency Announcement (BAA) describing the research areas of interest for the Infrared Radiation Effects Laboratory program. A single award of a contract is anticipated with a period of performance of 60 months. C. TECHNOLOGY AREA DESCRIPTION This technical effort involves the following areas: (1) radiometric characterization of focal plane arrays (FPAs), detector arrays and individual detectors, (2) electronic characterization of multiplexer/readouts and individual circuits, and (3) radiation characterization of readout integrated circuits, test device structures, and space FPAs using gamma radiation, proton radiation, x-rays, electrons, and heavy ions. Testing may utilize the Mosaic Array Test System (MATS), which will be furnished, if needed, by the Government. The MATS is designed to characterize devices at room and cryogenic temperatures in both clear and radiation environments. Contractor proposed systems may be utilized in addition or in place of the MATS, but it is important to note that any system used must have cryogenic characterization capability and it must have the ability to be transported to and operated in radiation facilities. Also, any system used for characterization must be amenable to various device types and configurations. Device characterizations will be carried out at various facilities to include the AFRL Building 426 facility, the AFRL Colbalt-60 source (both at Kirtland AFB, NM and provided as Government Furnished Equipment/Property), and at a remote proton source facility selected by the offeror. AFRL RVSS anticipates the need for characterizations of approximately 20-25 FPAs per year, including the characterization of 10-12 devices per year at the offeror's selected proton and heavy ion sources estimated at six days per characterization - these numbers are estimates and are subject to change. The contractor shall conduct innovative development programs to identify operational procedures, test procedures, analytical techniques, and/or test hardware that will advance the state-of-the-art in test devices and the analytical and experimental capabilities of the laboratory. The end products from characterization will be test plans, test data, data briefings, technical reports, and in-depth data analysis. Work performed may be classified up to the TS/SCI level (see Draft DD Form 254, included in the Model Contract (Attachment 1)). Offerors must be capable of obtaining and maintaining an appropriate security clearance. The contractor shall make recommendations to the Government on the scheduling for the implementation of these programs. Upon approval from the Government and the availability of funds, the contractor shall perform all necessary analysis, design, fabrication, integration, and evaluation of hardware and/or software necessary to accomplish characterization. Any improvements or changes to the Government Furnished Equipment/Property shall be appropriately documented, shown to be beneficial to the Air Force, and advance the state-of-the-art in FPA characterization. A minimum of one member of the IRREL technical staff must possess and maintain a Cobalt-60 certified source operator's license as outlined by the Nuclear Regulatory Commission. The contractor shall conduct a continuing safety program for the duration of the contract to assure that safety features are incorporated into the operation of the laboratory and the design and fabrication of the test equipment. The IRREL staff will be required to comply with KAFB Instruction 32-7001, dated 1 February 1996, for managing hazardous materials and the Phillips Research Site Operating Instruction 21-101, for tool control. D. The following data deliverables are representative of the types of data that may be required: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Final Report, draft and final; (d) Presentation Materials, (e) Patent Reports; and (f) Unique Identification Designator (UID). Data deliverables are subject to negotiations. 2. ANTICIPATED FUNDING Anticipated funding for the program (not per contract or award) is $9.9M, with the following anticipated budget: FY 12 $500K; FY 13: $1.7M; FY 14: $1.8M; FY 15: $2.0M; FY 16: $2.2M; FY17: $1.7M. 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. 3. POINTS OF CONTACT A. TECHNICAL POINTS OF CONTACT (TPOC): Technical Point of Contact: The technical point of contact for this BAA is Mr. Vince Cowan, AFRL/RVSS, Kirtland AFB, NM, Phone 505-853-4591, Fax 505-, Email vincent.cowan@kirtland.af.mil B. CONTRACTING POINTS OF CONTACT: 1) The contracting points of contact for this BAA are: a) Contract Specialist: Ms. Stephanie Archuleta, Det 8 AFRL/RVKVS, Kirtland AFB, NM, Phone 505-846-0048, Fax 505-846-6022, Email stephanie.archuleta@kirtland.af.mil b) Contracting Officer: Mr. Teofilo Bautista, Jr., Det 8 AFRL/RVKVS, Kirtland AFB, NM, Phone 505-846-1075, Fax 505-846-6022, Email teofilo.bautista@kirtland.af.mil C. OMBUDSMAN: AFFARS CLAUSE 5352.201-9101 Ombudsman (APR 2012) is hereby incorporated into this BAA and will be made a part of any awards based on this solicitation. The ombudsman for AFRL is Ms Barbara Gehrs, AFRL/PK, 1864 4th Street, Bldg 15, Room 225, Wright-Patterson AFB, OH, 45433-7130, Phone 937-904-4407, Fax 937-904-7024, E-mail barbara.gehrs@wpafb.af.mil 4. COMMUNICATIONS A. Prospective offerors are reminded to contact the technical point of contact to verify interest in the effort to be proposed and the funding availability PRIOR to committing any resources to the preparation of any proposals in response to this announcement. All work performed under the contract will be limited to US Citizens only, and foreign firms are precluded from participation. B. Dialogue between prospective offerors and Government representatives is encouraged until submission of proposals. 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. C. Proposals are due by 12:00 p.m., Mountain Standard Time (MST) 45 days after the publication of the FedBizOpps notification. Proposals received after the due date and time specified shall be governed by the provisions of FAR 52.215-1(c)(3). D. Proposals for FAR type contracts should be submitted to: Contract Specialist Ms. Stephanie Archuleta Det 8 AFRL/RVKVS, 3550 Aberdeen Ave SE, Kirtland AFB, NM, 87117-5776. Proposals sent to any other address are ineligible for award. Proposals for FAR contracts sent via facsimile or electronic means will not be accepted. E. There will be no other announcement issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov in the event this announcement is amended. Offerors must monitor these systems to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals. F. Potential offerors are requested to advise the contract specialist if they intend to submit a proposal in response to this BAA. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. 5. GENERAL INFORMATION Potential offerors are advised of the following: A. The applicable NAICS code for this solicitation is 541712 with business size standard of 500 employees B. This acquisition is unrestricted. Small businesses are strongly encouraged to propose on all or any part of this solicitation. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. C. Organizational Conflict of Interest is anticipated to apply to this action. Applicable clauses are included in the model contract included as Attachment 1. D. Information critical to developing complete and responsive offers to Phillips Research Site (PRS) Contracting and Assistance opportunities can be found on the PRS Contracting and Assistance Information Fact Sheet which may be accessed at www.kirtland.af.mil/prs/. E. Department of Defense (DOD) Federally Funded Research and Development Centers (FFRDCs) (C31 Lab, Lincoln Laboratory, or Software Engineering Institute) may submit proposals in response to this announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that the research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the contractor's proposal must demonstrate that the FFRDC can accept work from other than the sponsor. F. Research areas may involve technology that is subject to U.S. Export Control Laws. It is anticipated that awards will be unclassified with limited access. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS online at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 Washington Avenue North, Battle Creek MI 49037-3084, (800) 352-3572. 6. AWARD INFORMATION A. TYPE OF CONTRACT/INSTRUMENT: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. Prospective offerors are encouraged to discuss the type of instrument proposed with the appropriate contracting point of contact prior to preparing a proposal. It is anticipated that award(s) under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. A model contract, based on this anticipation, is included as Attachment 1 to this announcement. Offerors proposing this type of contract should carefully review the model contract attached and indicate in their proposal whether or not they take any exception to any of the model contract terms and conditions. The attached model contract is subject to change prior award of any contract. B. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract pursuant to this BAA. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this BAA. C. Proposals are intended to be evaluated and awarded without discussions, unless discussions are determined to be necessary. The Government may, however, obtain clarifications to determine proposal acceptability. Discussions may be held with prospective awardees prior to award if needed. In the event the Government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror. 7. PROPOSAL PREPARATION A. GENERAL INSTRUCTIONS: 1. This BAA is an expression of interest only and does not commit the Government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable indirect expense as specified in FAR 31.205-18. 2. Proposals must reference this BAA number and include a unique contractor generated proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. 3. Offerors must identify proposal information considered proprietary by marking their proposals with the restrictive language contained in FAR 52.215-1(e), Instructions to Offerors-Competitive Acquisition. 4. DoD policy, per DFARS 227.7103-1, is to acquire only the technical data and the rights in that data, necessary to satisfy government needs. The Government anticipates receiving, as a minimum, "Government Purpose Rights" to technical data developed under contracts awarded based on proposals received in response to this announcement. Data rights offered other than "Unlimited Rights," as defined in DFARS 227.7103-5, should be identified in DFARS clause 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions, and addressed in the business section of the cost proposal. 5. There are no limits to the number of proposals an offeror may submit under this BAA. 6. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time. B. PROPOSAL SUBMISSION 1. Submit with a cover letter, an original, three paper copies, and one electronic copy of the technical proposal and the cost/business proposal. The original and paper copies of technical and cost/business proposals must be in separate volumes. The electronic copy must be submitted on a compact disk (CD) in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. Please separate the electronic copy of the technical and cost/business proposal as follows: use either (1) separate folders clearly titled "technical proposal" or "cost/business proposal" on a single CD or (2) two separate CDs clearly identified as "technical proposal" or "cost/business proposal." In the event of any discrepancies between the paper and electronic copies of the proposal, the paper proposal will be used. 2. Proposals for FAR type contracts should be submitted to Det 8 AFRL/RVKVS, Attn: Ms. Stephanie Archuleta, 3550 Aberdeen Ave SE, Kirtland AFB NM 87117-5776. Proposals sent to any other address are ineligible for award. Proposals for FAR contracts sent via facsimile or electronic means will not be accepted. 3. Prospective offerors must submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at http://www.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database. Offerors are required to provide FAR and DFARS level representations and certifications, in addition to any proposal specific representations and certifications identified and requested by the cognizant contracting officer. Additionally, prospective offerors are required to complete and submit BAA-RV-12-03 Representatives and Certifications, included as Attachment 2, along with initial proposal. 4. Non-Government advisors will not be used in any proposal evaluation. C. SPECIFIC PROPOSAL PREPARATION INSTRUCTIONS 1. Cover letter A cover letter shall accompany each proposal. The cover letter should identify the BAA number, a statement that the proposal is valid for 120 days from the due date specified in the BAA, provide technical and contracting points of contact, CAGE code, DUNS number, and include statement indicating if the firm is a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, 8(a), or women-owned small business concern. The proposal must be signed and dated by an authorized official of the organization. 2. Technical Proposal a. Content. The technical proposal must convey an understanding of the problems or limitations of the general technology area and the intended application(s). The technical proposal shall include the following items: (1) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. It should summarize the technical issues addressed by the offeror's proposal without repeating the requirements. This should provide a vision of what will ultimately be achieved and what solution this effort will produce. (2) Program Description: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art. (3) Program Plan: Describe in detail the planned approach and how the plan will be executed. This section should include all technical aspects of the approach. Provide technical detail and analysis necessary to support the technical approach proposed. Clearly identify the core of the intended approach. The "new and creative" solution to the problem(s) should be developed and analyzed in this section. Include a risk assessment of key technical, schedule or cost areas and their potential impact on the program. Identify why proposed subcontractors were selected and what tasks they are to perform. (4) Contractor's Statement of Work (C-SOW): (A) The C-SOW, a stand-alone document, should detail the research to be accomplished under the technical area and should be suitable for incorporation into the awarded document. The proposed C-SOW should summarize the technical methodology and the task description, but not to the extent to make the awarded instrument inflexible. Do not include any proprietary information in the C-SOW. Contractors may request copies of our contracts under the Freedom Of Information Act. Consequently, it is imperative that no company-sensitive information be included in the C-SOW. The C-SOW should include the anticipated deliverables (hardware, software, reports, etc.). (B) The following is offered as a recommended format for the C-SOW. The C-SOW should be structured in three sections; Scope, Applicable Documents, and Requirements. SCOPE: This section includes a statement of what the program covers. This should include the technology area to be investigated, objectives/goals, and major milestones for the effort. It defines the breadth and limitations of the work to be done. APPLICABLE DOCUMENTS: This section includes reference documents needed to identify or clarify the work to be performed. REQUIREMENTS: This section identifies the specific work to be performed. The work effort should be arranged into major tasks and identified in separately numbered paragraphs. Each numbered major task should delineate by subtask the work to be performed and should follow an outline numbering scheme. The C-SOW must identify all reviews and when/where (identify by milestone or task) that will be conducted. It must also identify any and all items (hardware, software, reports, etc.) to be delivered to the Government as a result of the program. The following statement regarding records management must be included in C-SOW: RECORDS MANAGEMENT All records generated under this SOW are government property. Contractor shall comply with the provisions and requirements of the AFRL Records Management program. Contractor shall ensure all records are properly maintained, protected, disposed of, and staged in accordance with AFI 33-322, Records Management Program and associated supplements; AFI 37-138, Records Disposition-Procedures and Responsibilities; AFMAN 37-123, Management of Records; the Air Force Records Disposition Schedule (AFRDS); and AFRLI 61-201, Research and Development (R&D) Case Files and associated supplements. When proposing, indicate the appropriate CDRLs for your effort in the C-SOW, and the applicable C-SOW paragraph in Block 5 of the associated CDRL. Although the cost to prepare CDRL materials is included in the basic price, provide an estimate cost specific to each CDRL proposed. Please complete Block 17 and 18 of each CDRL. (5) Milestone Chart: A Milestone Chart should indicate when specific objectives are expected to be met in the overall program schedule and should identify the specific accomplishments necessary to proceed to the next task. Provide a schedule of when the deliverable items identified are to be delivered. (6) Facilities and Equipment description: Describe the facilities, other than the Government Furnished Equipment/Property that is included in the IRREL, that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment. (7) Description of Relevant Prior Work: Provide a list of related previous or current government, commercial, or internally funded work during the past five years. For each such effort, provide the principal investigator, title of effort, contract number, brief summary of results, dollar value, and a technical and contracting point of contact, including phone numbers, for the funding organizations. (8) Management Plan: Offerors should provide an approach that demonstrates the ability to effectively and efficiently manage and administer the research program and IRREL to a successful conclusion. (9) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed. Resumes should include all relevant education/experience of key individuals. b. Page Limitations. The technical proposal including the C-SOW shall be limited to 40 pages, single spaced, double-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, resumes, C-SOW, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The Government will not consider pages in excess of this limitation. 3. Cost/Business Proposal Separate this proposal into a cost section and a business section. Cost proposal must conform to requirements as stated in Cost Proposal Instructions, see Attachment 3. a. Cost Section. The cost proposal containing other than cost or pricing data shall be submitted in the format provided in the announcement and is necessary for the Government to perform a cost realism analysis. Adequate price competition is not anticipated for this BAA. After receipt of proposals, however, a determination as to the existence of adequate price competition will be made by the cognizant Procuring Contracting Officer. If adequate price competition is determined not to exist, the Government reserves the right to obtain certified cost or pricing data from the offeror. Based on the type of instrument proposed, use the appropriate cost proposal instructions included as Attachment 3 to prepare the cost proposal. Submit the electronic copy of the cost proposal worksheets on a compact disk in a PC compatible file format in Microsoft Office Excel 2003 or later version. The file must contain all cell formulas, and the formulas must be viewable. Cost proposals have no page limitations. b. Business Section. The business section should contain all business aspects to the proposed contractual arrangement, such as type of contract/instrument, any unique terms and conditions, any exceptions to terms and conditions of this announcement, and any information not technically related. Provide rationale for exceptions. As a goal, offerors are requested to keep the business section to 20 pages. This section should include the following items as appropriate. (1) Completed representations and certifications and any specific representations and certifications identified in this BAA (see BAA-RV-12-03 - Attachment 2). (2) Completed Proposal Content Checklist. Failure to provide a complete proposal may result in a determination that the proposal is non-responsive and may be eliminated from consideration for award. (3) Subcontracting Plan, if applicable, as described in paragraph 9A below. 8. PROPOSAL REVIEW AND EVALUATION PROCEDURES A. GENERAL. The Government reserves the right to select for award to responsible offerors/contractors any, all, part, or none of the proposals received in response to this announcement, subject to the availability of funds. The technical and cost proposals will be evaluated at the same time. You may be ineligible for award if all requirements of this announcement are not met by the proposal due date and time. At minimum, incomplete proposals may be given lower priority and, although technically acceptable, not awarded due to funding limitations. No further evaluation criteria than those listed in paragraph B will be used. B. EVALUATION CRITERIA. The selection of one or more sources for award will be based on an evaluation of each offeror's proposal to determine the overall merit of the proposal in response to this announcement. Proposals will be evaluated in accordance with FAR 35.016. The proposals will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in descending order of importance: - Overall scientific and technical merits of the proposal - Importance to AFRL/RV programs - Fund availability/affordability Price will be a substantial consideration in selecting proposals for awards, but will be secondary to technical considerations. Cost realism and reasonableness shall also be considered to the extent appropriate. Price will be evaluated and may be negotiated if necessary on proposals selected for award. C. REVIEW AND SELECTION PROCESS The technical and cost proposals will be evaluated at the same time and categorized as follows: 1. CATEGORY I: Well conceived scientifically and technically sound proposals important to program goals and objectives. Proposals in Category I are recommended for acceptance subject to funding constraints. 2. CATEGORY II: Scientifically or technically sound proposals that may require further development and may be recommended for acceptance, but are at a lower priority than Category I proposals and are not always funded. 3. CATEGORY III: Proposals not technically sound or do not meet agency needs and may be recommended for rejection. D. AWARD NOTICES Offerors will be notified in writing whether or not their proposal is recommended for award. An award recommendation is not to be construed to mean the award of a contract, grant or assistance instrument is assured, as availability of funds and successful negotiations are prerequisites to any award. E. 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 will vary to be consistent with the procedures set out in FAR 35.016 governing BAAs. 9. OTHER INFORMATION A. SUBCONTRACTING PLANS: Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $650,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704 and DFARS 219.704 along with the technical and cost proposals. Small business is exempt from this requirement. If a company has a master subcontracting plan and individual goals, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. DOD Subcontracting Goals (http://www.acq.osd.mil/osbp/statistics/goals.htm) B. 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. 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/. C. ASSOCIATE CONTRACTOR AGREEMENTS. Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required. D. ITEM IDENTIFICATION AND VALUATION. Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Apr 2005) which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. Per DFARS 211.274-3 policy for valuation, "the government's unit acquisition cost is the contractor's estimated fully burdened unit cost at time of delivery to the government for cost type or undefinitized line, subline, or exhibit line items" (per DoD, "fully burdened unit costs" to the government would include all direct, indirect, G&A costs, and an appropriate portion of fee.). If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. For more information, see the following website: http://www.acq.osd.mil/dpap/pdi/uid/index.html. E. GOVERNMENT FURNISHED PROPERTY (GFP). Any contract award resulting from this announcement will contain the clauses at FAR 52.245-01, Government Furnished Property, FAR 52.245-09, Use and Charges, DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property, DFARS 252.245-7002, Reporting Loss of Government Property, DFARS 252.245-7003, Contractor Property Management System Administration, and DFARS 252.245-7004, Reporting, Reutilization, and Disposal. There will be a requirement to adhere to the Air Force Precision Measurement Equipment Laboratory (AF PMEL) Calibration Schedule for applicable equipment. A list of initial GFP is included as an attachment to the Model Contract. Additionally, a fifteen passenger (or equivalent) Government Vehicle will be available to provide local transport support for equipment and personnel as required to support the IRREL effort. The Contractor will be required to comply with AFI 24-301, Chap. 8, Para 8.10, 8.10.1.1, 8.10.1.2, 8.10.1.3, and 8.10.1.4. F. DFARS CLASS DEVIATION 2012-O0004. Offerors will be required to certify to the provision DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See BAA-RV-12-03 Representations and Certifications for full provision. G. Offerors who have forward pricing rate agreements (FPRA's) and forward pricing rate recommendations (FPRR's) should submit them with their proposal. H. Pursuant to Far 22.805, a preaward clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National Preaward Registry http://www.dol-esa.gov/preaward. This registry indicates that the contractor has been found to be "in compliance" within the past two years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a preaward clearance from the OFCCP. I. PHASE-IN PLAN. All non-incumbent offerors are required to submit a Phase-In Plan describing the process through which, over a period of no more than 30 days, the non-incumbent will familiarize itself with the contractual obligations and requirements in preparation for total assumption of responsibilities. The Phase-In Plan must be submitted with the proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/BAA-RV-12-03/listing.html)
- Place of Performance
- Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02774592-W 20120615/120613235502-30e23cf0d74daaab8e4823683080ae20 (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 |