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