Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1995 PSA#1257

R&D Contracting Directorate Bldg 7, 2530 C Street, WPAFB, OH 45433- 7607

A -- SURVIVABLE AIRCRAFT STRUCTURES TECHNOLOGY (SAST) PROGRAM TEST SUPPORT SOL PRDA NO. 95-02 DUE 030195 POC Capt John W. Rhoden, Contract Negotiator, (513)255-4427. A--INTRODUCTION: Wright Laboratory (WL/FIBA) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by February 21, 1995, 1500 hours Eastern Standard Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Capt. John Rhoden, WL/FIKF, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or part of this solicitation. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated in accordance with restrictions of FAR 52.215-10, copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may permit subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, ''PRDA and BAA Guide for Industry''. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from WL/FIKF Wright-Patterson AFB, OH 45433-7607, telephone (513) 255-4427. B-- REQUIREMENTS: (1) INTRODUCTION: A need exists to develop affordable, efficient, and maintainable structural protection technology. Special Operations Aircraft (SOA) and transport aircraft survival in a conventional threat environment involves susceptibility reduction and vulnerability reduction. Susceptibility reduction is basically threat avoidance through signature reduction. Low observables (LO) technology enables aircraft to minimize exposure to threat warning systems and weapons. The aircraft signatures of major concern are radar, infrared, visual and acoustic. Vulnerability reduction involves the ability of the aircraft to withstand damage from a conventional threat. SCOPE: The objective of the Survivable Aircraft Structures Technology (SAST) advanced development program is to design, develop, and demonstrate advanced innovative structural technology that increases special operations aircraft or transport aircraft overall performance and effectiveness by focusing on aircraft survivability. The contractor shall use an integrated product development team approach throughout this program to identify, design, develop, and demonstrate survivable structures technology. TECHNICAL DESCRIPTION: The contractor shall identify high payoff candidate survivable structural concepts and establish design requirements which increase special operations aircraft or transport aircraft survivability either in relation to conventional threats or threat of detection. The contractor shall assess the merit of the proposed design concepts against an existing or a contractor established special operations or transport aircraft baseline. The contractor shall develop the detailed design and analysis for the selected advanced survivable structural configuration. The contractor shall conduct the necessary subelement/subcomponent tests to reduce risk in the design, fabrication and test of the demonstration component. The contractor shall fabricate the demonstration component using the advanced design techniques and technology established through the detailed design process. Depending on cost effectiveness, testing sufficient to evaluate the performance shall be conducted either at the contractor's facility or at WPAFB. The testing shall be conducted to provide a comprehensive assessment of structural performance and structural survivability. The contractor shall reduce all test data for presentation in the final report. Any developments resulting from this contract activity that have dual-use benefits should be clearly identified in the final report. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T, bi-monthly, (b) Funds and Man-hour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report (CFSR), DI-F-6004B/T, quarterly, (e) Presentation Material,DI-ADMN 81373/T, as required, (f) Scientific and Technical Reports, Contractor Billing Voucher, DI-MISC-80711/T, monthly, and (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible, Interim and Final), (h) Test Plan, DI-NDTI-80808/T, Full-scale evaluation, (i) Engineering Drawings, DI-DRPR-80651/T, (j) Innovations Report, DI-MISC-80406. A kick-off meeting will be held at the contractor's facility within 60 days after contract start. The contractor will further be required to conduct program reviews quarterly and at the end of each task alternating between Wright Patterson AFB and the contractor's facility.(3) Security Requirements: The classification level of work performed under this contract shall be limited to SECRET. Generation of classified must apply TEMPEST requirements and be classified if applicable under the ''Security Classification Guide for for Air Force Low Observables/Counter Low Observables (LO/CLO) Programs'' (dated 3 Jan 1994) (4) Other Special Requirements: Equipment/technical data generated or delivered in performance of this contract is controlled by the International Traffic in Arms Regulations (ITAR) C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 48 months, but the contractor may propose an alternate schedule to demonstrate the technology. The contractor shall also provide for an additional 3 months for processing/completion of the final report. The proposed program schedule could be different from what is anticipated by the government (2) Expected Award Date: Third Quarter FY95. (3) Government Estimate: The government anticipates a funding breakout by fiscal year as follows: FY95-$153K, FY96-$1048K, FY97-$1454K, FY98-$2357K, and FY99-$1200K for a total of $6,212K. The government funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF). (5) Government Furnished Property: No government property is anticipated for this contractual program. (6) Base Support: Base support for testing will be provided by WL/FIBT (Structural), WL/FIBG (Structural) and WL/FIVS (Ballistic). (7) Size Status: For the purpose of this acquisition, the size standard is 1500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point of contact cited at the end of this PRDA upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed at the end of the PRDA. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and six copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. The costs should be broken down by task to facilitate partial award of a separate task if appropriate. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors shall refer to the WL Guide referenced in Section A to assist in SOW preparation. Public Law 98-94, withholding of unclassified technical data from public disclosure applies. Offerors must submit an approved DD Form 2345, Export-Controlled DOD Technical Agreement with their proposal. The technical proposal shall address both non-structural and structural testing as appropriate to verify the performance of the demonstration component. The decision as to whether the testing will be performed at the contractor's facility or at WPAFB will be based on technical merit and cost effectiveness to the Air Force. Any questions concerning the technical proposal or SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. An offeror should request additional guidance from the Contracting Officer concerning relevant approaches to signature technology that cannot be addressed in their proposal because of security limitations. Any classified portion of the proposal shall be addressed in a classified addendum. (4) Page Limitations: The technical proposal shall be limited to 100 pages and any classified addendum limited to 25 pages (12 pitch or larger type), double spaced, single-sided, 8.5 by 11 inches. Pages in excess of these limitations will not be considered by the Government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of equal importance: (a) new and creative solutions, (b) the offeror's understanding of the scope of the technical effort, (c) the soundness of the offeror's technical approach, (d) the availability of qualified technical personnel and their experience with applicable technologies, (e) the offeror's past experience with survivable structural design, analysis and test, (f) organization, clarity, and thoroughness of the proposed SOW, (g) the viability of technology transition with emphasis on the performance, affordability and supportability of the technology. Cost, which includes consideration of proposed budgets and funding profiles, is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, grant, cooperative agreement any, all, part or none of the proposals received. Award of a grant to universities or nonprofit institutions or a cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties, F--POINTS OF CONTACT: (1) Technical Point of Contact: Project Engineer, Edward A. Schopler, WL/FIBAA, Wright-Patterson Air Force Base, OH 45433-7542, (513) 255-5664. (2) Questions related to the contract/cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, Capt. John Rhoden WL/FIKF, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-4427. (0004)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950105\A-0001.SOL)


A - Research and Development Index Page