Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
MODIFICATION

A -- Laser Simulation, Analysis and Research (LSAR) - Modification 9

Notice Date
3/19/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Directed Energy Directorate, 2251 Maxwell Ave, Kirtland AFB, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
BAA-RVKD-2014-0001
 
Response Due
11/21/2017 12:00:00 PM
 
Point of Contact
Kim Armstrong, Phone: 505-846-0077, Deborah Moyer, Phone: 505-846-2040
 
E-Mail Address
kim.armstrong.3@us.af.mil, Deborah.Moyer@us.af.mil
(kim.armstrong.3@us.af.mil, Deborah.Moyer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BAA RVKD-2014-0001 Call 0006 - High Energy Combinable Fiber Laser Advanced Research Effort (FLARE) **PLEASE ADHERE TO THE LSAR BAA, BAA-RVKD-2014-0001 AMENDMENT 02 (DATED 06 MARCH 2017), WHEN RESPONDING TO CALL 0006 UNLESS OTHERWISE AMENDED IN THIS CALL** BAA RVKD-2014-0001 Call 0006 BROAD AGENCY ANNOUNCEMENT TITLE: Laser Simulation, Analysis and Research (LSAR) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA RVKD-2014-0001 PROPOSAL CALL ANNOUNCEMENT TITLE: High Energy Combinable Fiber Laser Advanced Research Effort (FLARE) PROPOSAL CALL ANNOUNCEMENT NUMBER: BAA RVKD-2014-0001 Call 0006 _______________________________________________________________________ 1.0 TECHNICAL POINT OF CONTACT (TPOC): The Technical Point of Contact for this Call is: Mr. Anthony Sanchez AFRL/RDL Kirtland AFB, NM 87117-5773 Phone: 505-846-9204 E-mail: anthony.sanchez.7@us.af.mil 2.0 CONTRACTING POINTS OF CONTACT: The Contracting Points of Contact for this Call are: Ms. Kim Armstrong Contract Specialist (Primary) AFRL Det 8/RVK Kirtland AFB, NM 87117-5773 Phone: 505-846-0077 E-mail: kim.armstrong.2@us.af.mil Ms. Deborah Moyer Contracting Officer (Alternate) AFRL Det 8/RVK Kirtland AFB, NM 87117-5773 Phone: 505-846-2040 E-mail: deborah.moyer@us.af.mil 3.0 PROPOSAL DUE DATE AND TIME: PROPOSALS SHOULD BE SUBMITTED AGAINST THIS CALL. Proposals are due no later than (NLT) 12:00 p.m. Mountain Standard Time (MST) on 18 April 2018. Proposals received after the due date and time shall be governed by the provisions of Federal Acquisition Regulation (FAR) 52.215-1(c)(3) Instructions to Offerors - Competitive Acquisitions (JAN 2017). 4.0 APPLICABILITY OF BASELINE BAA: All requirements of Broad Agency Announcement (BAA), BAA RVKD-2014-0001 (herein referred to as the "baseline BAA"), apply unless specifically amended and addressed in this Call. The baseline BAA contains information applicable to all Calls issued under the baseline BAA. The baseline BAA provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Offerors are advised to review the baseline BAA thoroughly when preparing proposals in response to this Call. For complete information regarding the baseline BAA, refer to BAA RVKD-2014-0001 on FedBizOpps (FBO) at http://www.fbo.gov. For Call 0006, the baseline BAA, Amendment 2, Full Text Announcement, Paragraph 11 - Subcontracting Plans, is amended and replaced with: Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. § 637(d)) and FAR 19.702(a)(1), small business subcontracting plans are required (unless an exemption applies) in accordance with the thresholds in FAR 19.702. Reference FAR 19.704, DFARS 219.704 and AFFARS 5319.704(a)(1) for subcontracting plan requirements. The subcontracting plan is part of the business/cost proposal and is not included in the page count. Government policy is to enable small business and small disadvantaged business concerns to be considered fairly as subcontractors to organizations performing work as prime contractors or subcontractors under Government contracts, and to ensure that prime contractors and subcontractors carry out this policy. Based on Small Business Administration recommendations, there may be significant opportunities for small businesses to fulfil potential subcontracting opportunities. These opportunities may range as high as 40% to 50% depending upon the uniquely proposed solution. Any discussions of the specific goals for a particular offeror will be based upon their proposed solution. In accordance with FAR 19.702 Statutory Requirements, if the apparent successful offeror fails to negotiate a subcontracting plan acceptable to the Contracting Officer within the time limit prescribed by the Contracting Officer, the offeror will be ineligible for award. 5.0 CALL AMENDMENTS: Offerors should monitor FedBizOps (http://www.fbo.gov) for any additional notices to this Call that may permit extensions to the proposal submission date or otherwise modify this announcement. 6.0 TYPE OF CONTRACT: The Air Force reserves the right to award the appropriate contract type under the FAR best suited to the nature of research proposed. It is anticipated that any award(s) made as a result of this Call will generally be a Cost Plus Fixed Fee Completion type contract. Cost reimbursement type contracts require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. No opportunities for Assistance Instruments or Grants exist under this Call. 7.0 ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract. However, the Air Force reserves the right to make multiple awards or no awards pursuant to this Call. The Air Force also reserves the right to award only a part of a proposal. 8.0 INTENT TO PROPOSE: Potential offerors are requested to advise the primary contracting point of contact if they intend to submit a proposal in response to the Call. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. 9.0 TECHNICAL DESCRIPTION: This Call is issued under Technical Area #6 of the baseline BAA. Proposals for any other technology area identified in the baseline BAA will not be accepted at this time. The specific technical objectives for this effort are provided in the FLARE Statement of Objectives (SOO) included as Attachment 1 to this Call. 10.0 ANTICIPATED FUNDING: The anticipated funding for this effort (not per contract or award) is: FY18 FY19 FY20 FY21 FY22 FY23 TOTAL $1.5M $14.5M $2M $2M $3M $2M $25M The above funding profile is an estimate only and not 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. 11.0 PERIOD OF PERFORMANCE: It is intended for this effort to be a 57 month technical effort with an additional 3 months allotted for final report preparation and administrative closeout actions. 12.0 DELIVERABLES: The following Contract Data Requirements Lists (CDRLs) are representative of the data deliverables required for this effort. CDRLs (A001-A007) are included as Attachment 3 to this Call. CDRL A001: Status Report CDRL A002: Scientific and Technical Report CDRL A003: Computer Product End Item Documentation CDRL A004: Computer Software Product CDRL A005: System Safety Program Plan CDRL A006: Developmental Design Drawings/Models and Associated Lists CDRL A007: Technical Report Study/Services The contractor may be required to deliver any hardware developed under this effort, as required, by the Government Program Manager. 13.0 OTHER RELEVANT INFORMATION: 13.1 Security Requirements: The program security classification for this effort is SECRET. The contractor shall implement and maintain a security program to accomplish this effort, which includes the following: 1) Staff and maintain personnel with sufficient security clearance levels that allow access to data necessary to execute the program; and 2) Ensure use of appropriate security protection methods commensurate with the security level of the material provided and generated during performance of this effort required by the DoD Contract Security Classification Specification, DD Form 254. A DD Form 254 is provided as Attachment 4 to this Call. Operations Security (OPSEC) and specific program protection procedures, policies and awareness are essential to reducing program vulnerability from successful adversary collection and exploitation of critical information and critical program information (CPI). OPSEC guidance and the Critical Information Lists (CIL) will be provided upon request by the AFRL/RDMS OPSEC/Program Protection Office (POC: Ms. Cyndee Varela (505-846-6244)). While working on the Government installation, OPSEC guidance and training will be provided by the AFRL/RDMS OPSEC Office. Program protection measures shall be implemented in conjunction with OPSEC and the applicable Security Classification Guides (SCGs). 13.2 Research areas may involve technology that is subject to U.S. Export Control Laws. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572. DFARs 252.225-7048, Export Controlled Items (JUN 2013) is incorporated into this solicitation and will be in ALL award(s) resulting from the Call. 13.3 Due to the nature of this requirement no foreign companies at the prime or subcontractor level shall be considered for award. 13.4 Per DFARS 227.7103-1, DoD policy is to acquire only the technical data and the rights in that data, necessary to satisfy Government needs. In exchange for paying for development of the data, the Government expects Technical Data, Non-Commercial Software (NCS), and NCS Documentation developed entirely at Government expense to be delivered with "Unlimited Rights" or a minimum of "Government Purpose Rights" for each contract awarded in response to this announcement. Technical Data, NCS and NCS Documentation to be delivered with other than "Unlimited Rights," as defined in DFARS 227.7103-5, should be identified in DFARS clause 252.227-7017 (see Section K - Representations and Certifications included as Attachment 6 to this Call) and included in the Business Section of the proposal. 13.5 Proposal Review and 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: (1) Overall scientific and technical merits of the proposal; (2) Importance to AFRL/RDL program requirements; (3) Fund(s) availability Once selected for possible award, price will be analyzed for Cost Realism and Price Reasonableness. Cost/Price is considered, but not an evaluation criterion. Adequate Price Competition is determined not to exist due to the absence of precise Government specifications and the expected varying technical approaches proposed for R&D efforts. The Government will require certified cost or pricing data in accordance with FAR 15.403-4. 13.6 Review and Selection Process: Technical proposals will be evaluated and then categorized as follows: a) Highly Recommended: Well-conceived scientifically and technically sound proposal pertinent to accomplish program goals and objectives. Proposals are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Highly Recommended proposals. b) Selectable: Scientifically or technically sound proposals that may require additional development. Proposals are recommended for acceptance if sufficient funding is available, but at a lower priority than Highly Recommended proposals. To ensure a diversity of approaches, a Selectable proposal may be prioritized over a Highly Recommended proposal if the Selectable proposal presents a unique approach unlike any of the Highly Recommended proposals. c) Not Selectable: Proposal is not technically sound or does not meet agency needs. Even if sufficient funding existed, the proposal should not be funded. Note: The Government reserves the right to award some, all, or none of the proposals. When the Government elects to award only part of a proposal, the selected part may be categorized as Highly Recommended or Selectable, through the proposal as a whole may not merit such a categorization. 13.7 Government Furnished Property (GFP): Scheduled GFP is not anticipated for this Call. However, any GFP requested for this effort shall be proposed in accordance with the baseline BAA. 13.8 Base Support: Base Support (including necessary space and equipment in Buildings 760, 761, Laboratories 2, 7, 119, 120 and 121) is available for offerors and shall be proposed in accordance with the FLARE Supplemental Requirements included as Attachment 2 to this Call. 13.9 Travel: Some travel is anticipated in support of this effort (technical interchange meetings, conferences, etc.) and shall be proposed and conducted in accordance with the FLARE Supplemental Requirements included as Attachment 2 of this Call. 13.10 Section K - Representations and Certifications: Section K - Representations and Certifications, provided as Attachment 5 of this Call, shall be completed and submitted as a part of the Business Section of the proposal. 13.11 Organizational Conflict of Interest: In accordance with FAR 9.5, Organizational and Consultant Conflicts of Interest, the Contracting Officer has analyzed the planned acquisition and determined that no known actual or potential Organizational Conflict of Interest (OCI) situations exist with respect to this Call. Offerors shall perform their own OCI analysis (to include potential OCI situations associated with any teammates or subcontractors). Offerors shall describe the methodology used to identify any actual or potential OCI issues. If the offeror identifies any actual or potential OCIs, the offeror shall provide an OCI mitigation plan. The contractor's mitigation plan will be determined acceptable solely at the discretion of the Contracting Officer. If the Contracting Officer unilaterally determines any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies deemed necessary. 14.0 PROPOSAL SUBMISSION: All proposals shall be submitted in accordance with the baseline BAA, BAA RVKD-2014-0001, and no later than the date and time identified in Paragraph 3.0. Proposals shall be submitted to the primary contracting point of contact at the address listed below. Hand-delivered proposals, or proposals sent via facsimile or any other electronic means will NOT be accepted. AFRL Det 8/RVKDL ATTN: Kim Armstrong (Contract Specialist) 3550 Aberdeen Avenue SE Kirtland AFB, NM 87117-5773 14.1 DO NOT SUBMIT CLASSIFIED INFORMATION IN THE PROPOSAL. 14.2 The Technical Proposal shall not exceed 30 pages and shall be submitted in accordance with the requirements specified in the baseline BAA, BAA RVKD-2014-0001. 15.0 WORK AUTHORIZATION: Submission of proposal(s) is not an authorization to commence work or to incur any costs to perform the work described above. Work is not to be implemented until appropriate contractual actions are taken. Any work performed or expense incurred prior to that time (including bid and proposal costs) will be at the offeror's own risk. 16.0 ATTACHMENTS: Attachment 1: FLARE Statement of Objectives (SOO), dated 15 March 2018 Attachment 2: FLARE Supplemental Requirements, dated 15 March 2018 Attachment 3: FLARE Contract Data Requirements List (CDRL), DD Form 1423, A001- A007, dated 27 November 2017 Attachment 4: FLARE Department of Defense (DoD) Security Classification Specification, DD Form 254, dated 07 November 2017 Attachment 5: Section K - Representations and Certifications, dated 15 March 2018 Attachment 6: Cost Proposal Instructions, dated 30 September 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLDED/BAA-RVKD-2014-0001/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04859412-W 20180321/180319231359-ed39102dc2a9970be4bfe87856219d2a (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.