Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1995 PSA#1273

R&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