|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1995 PSA#1273R&D Contracting Division, Bldg 7, 2530 C St, WPAFB OH 45433-7607 A -- ADVANCED NONDESTRUCTIVE EVALUATION (NDE) FOR RETIREMENT FOR
CAUSE/ENGINE STRUCTURAL INTEGRITY PROGRAM (RFC/ENSIP). THIS
ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2 PARTS. SOL PRDA
#95-10-MLK DUE 031795 POC 2Lt Jim MacEachern, Contract Negotiator,
(513) 255-5830 or Bruce Miller, Contracting Officer, (513) 255-5830.
A--PART 2 OF 2 PARTS: ADVANCED NONDESTRUCTIVE EVALUATION (NDE) FOR
RETIREMENT FOR CAUSE /ENGINE STRUCTURAL INTEGRITY PROGRAM (RFC/ENSIP)
PRDA 95-10-MLK: TASK 2. PROTOTYPE DEVELOPMENT/EVALUATION: In this task,
the proposed improvement(s) shall be further refined into a prototype
technology configuration(s) that is optimized to function as an
integral part of the existing overall NDE System for evaluation. Test
specimens/articles necessary for contractor pre-evaluation of prototype
technology performance shall be provided by the contractor and
representative test articles as required for prototype technology
evaluation at the SA-ALC and/or OC-ALC facility shall be provided by
the Air Force. The contractor shall provide all technical information
and test data required for successful Air Force technology prototype
evaluation. TASK 3. DEPOT NDE SYSTEM INTEGRATION: In this task, the
contractor shall incorporate, in a functional but reversible,
non-damaging manner, the prototype technology configuration(s) in an
operational NDE system at the ALC(s) for demonstration and validation
together with other technologies from separate contractual efforts
under this program. Performance tests shall be conducted in partnership
with ALC personnel. The tests shall proceed over a suitable operating
time and range of operating conditions (agreed to by the Air Force).
The contractor shall recommend demonstration measurements and tests it
considers to be most important to validate the increased capabilities
and affordability of its proposed technology when integrated in the
NDE system. Successes and shortcomings of the improved technology
toward program objectives shall be documented by the contractor.
Further modifications capable of enhancing the NDE System and its
capabilities shall be annotated. (2) Deliverable Items: The following
deliverable data items shall be required: (a) Status Report,
DI-MGMT-80368/T, monthly, (b) Funds and Man-hour Expenditure Report,
DI-FNCL-80331/T, monthly, (c) Contract Funds Status Report (CFSR),
DI-F-6004B/T, quarterly, (d) Presentation Material, DI-ADMN-81373/T, as
required, (e) Scientific and Technical Reports, Contractor's Billing
Voucher, DI-MISC-80711/T, monthly, (f) Scientific and Technical
Reports, Interim Report, DI-MISC-80711/T, as required, (g) Scientific
and Technical Reports, Final Report, DI-MISC-80711/T, end of contract
(Draft and Reproducible Final Version), (h) Computer Software Product
End Items, DI-MCCR-80700, end of contract. (3) Security Requirements:
DD Form 254 requirements do not apply. (4) Other Special Requirements:
(a) International Traffic in Arms Regulations apply (b) Associate
Contractor Provisions may apply due to anticipated technical progress
and coordination/interfacing reviews between contractors. C--ADDITIONAL
INFORMATION: (1) Preproposal Briefing: A pre-proposal information
briefing and discussion will be conducted for potential offerers at
OC-ALC, Tinker AFB, Oklahoma City, OK on 22 February 1995 in order to
provide opportunity to obtain additional program information, to
observe the current operational NDE System and to participate in a
question and answer session. This opportunity will provide adequate
access to information that may be required in order to prepare
competitive proposals. Pre-registration will be required to attend this
meeting and may be processed by contacting Charles F. Buynak, WL/MLLP,
513-255-9807 (fax 513-255-9804) no later than one week prior to the
meeting. Those unable to attend may obtain the briefing minutes from C.
F. Buynak. (2) Anticipated Period of Performance: The total length of
technical effort is estimated to be 48 months. The contractor shall
also provide five (5) months for processing/completion of the final
report. (3) Expected Award Date: August, 1995 (4) Government Estimate:
The Government funding profile for the total program is estimated to
be as follows: FY95 - $150K, FY96 - $600K, FY97 - $600K, FY98 -$1250K,
FY99 -$900K, $3,500K for entire program. This 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. (5)
Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any
grants awarded will be cost (no fee). (6) Government Furnished
Property/Base Support: Arrangements to integrate with Air Force Engine
Inspection systems shall be coordinated with WL/MLLP. (7) Size Status:
For the purpose of this acquisition, the size standard is 1000
employees (SIC 8731). (8) Notice to Foreign-Owned Firms: Such firms are
asked to immediately notify the Air Force point cited below upon
deciding to respond to this announcement. Foreign contractors should be
aware that restrictions may apply which could preclude their
participation in this acquisition. (9) The government may issue a grant
to a university or non-profit institution as a result of this action.
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 elsewhere herein. 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 five 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 SF1411, 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. (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 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. Proposals which include integration of
techniques into ALC systems shall include both a preliminary design
review (Task I) and critical design review (Task II) to be conducted at
the Air Logistics Center. Further obligation of government resources
shall be contingent upon obtaining approval from the government review
team through the contracting officer. Offerors should refer to the WL
Guide referenced in Section A to assist in SOW preparation. PL 98-94
applies. Offerors must submit approved DD Form 2345, Export-Controlled
DOD Technical Data Agreement with their proposal. Any questions
concerning the technical proposal or Statement of Work preparation
shall be referred to the Technical Point of Contact cited in this
announcement. (4) Page Limitations: The technical proposal shall be
limited to 50 pages per function area proposed or 150 pages total for
3 or more function areas proposed, (12 pitch type or larger type),
double spaced, single sided, 8.5 by 11 inches. The page limitation
includes all information, i.e. indexes, photographs, foldouts,
appendices, attachments, etc. Pages in excess of this limitation will
not be considered by the government. Cost proposals have no limitation,
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 contract award shall be based on
a scientific and engineering evaluation of the response. This
evaluation shall consider technical aspects and cost factors as they
relate to the technical effort. The purpose of the evaluation is to
determine the relative merit of the technical approach proposed in
response to the announcement. The following criteria are in descending
order of importance: (a) new and creative approaches for viable
improvements to aircraft engine inspection systems, (b) soundness of
approach, (c) understanding the problem, (d) assessment of rationale
for proposed technology and it's maturity level, (e) appropriateness of
subcontracting/teaming and mix of skills it provides, (f) proposal's
integration to existing NDE systems, (g) background, and/or
demonstrated experience with aircraft engine inspection
technologies/systems. Cost, which includes consideration of proposed
budgets and funding profiles, is ranked as the second order of
priority. The technical and cost information will be evaluated at the
same time. Responders must provide new or unique concepts, ideas, or
approaches in order to qualify for evaluation and consideration for
award. F--POINTS OF CONTACT: (1) Technical Contact Point: Questions on
technical issues may be referred to the Project Engineer, Charles F.
Buynak, WL/MLLP, Bldg 655, 2230 Tenth Street, Suite 1, WPAFB, OH
45433-7817, (513) 255-9807. (2) Contracting/Cost Point of Contact:
Questions on contractual and cost issues should be directed to the
Wright Laboratory, Directorate of Research and Development Contracting,
2Lt Jim MacEachern, WL/MLKM, Building 7, 2530 C Street,
Wright-Patterson AFB, OH 45433-7607 (513) 255-5830. END OF PART 2.
(0027) Loren Data Corp. http://www.ld.com (SYN# 0004 19950130\A-0004.SOL)
A - Research and Development Index Page
|
|