Loren Data Corp.

'

 
 

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

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

A -- SUBSYSTEMS INTEGRATED DESIGN ASSESSMENT TECHNOLOGY (SIDAT). THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2 SOL PRDA 95-05-FIK DUE 031695 POC Mr. Raleigh Haney, Contract Negotiator, (513) 255-5901 Mr. Lawrence W. Kopa, Contracting Officer, (513) 255-5901. C--NOTICE: PART 2 OF 2 PARTS: ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 36 months. The contractor shall also provide for an additional 4 months for processing/completion of the final report. (2) Expected Award Date: August 1995. (3) Government Estimate: The government anticipates approximately $1,160,000.00 contract award. Estimated funding profile by fiscal year (FY): $70,000.00 in FY95, $390,000.00 in FY96, $500,000.00 in FY97, and $200,000.00 in FY98. 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. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be Cost (no fee). (5) Government Furnished Equipment/Base Support: It is the offeror's responsibility to identify and arrange for use of any equipment, be it contractor- owned and furnished or government-owned and furnished. (6) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731). (7) 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. (8) Contractor shall identify any proprietary data issues that will arise as a result of the proposed effort. 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 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 separated by phases, 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 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 should refer to the WL Guide referenced in Section A to assist on 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 SOW preparation shall be referred to the Technical Point of Contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 100 pages or less (12 pitch 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 source for contract award will be based on an evaluation of offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based upon the following criteria which are of equal importance: (a) new and creative approaches (to problem solution and software development), as demonstrated in the proposal, (b) demonstrated prior experience and research conducted in the development of analytical models and software codes appropriate for assessment and simulation of aircraft subsystems, including knowledge of existing software codes, (c) understanding of the challenges in creating a capability that simulates (aircraft) subsystems interactions and providing meaningful assessment of system-level performance parameters, as demonstrated in the proposal, (d) demonstration of the ability to act as a team builder across technology domains and integrator of multiple disciplines related to aircraft subsystems and software technologies, (e) Personnel qualifications and experience (with respect to aircraft subsystems that relate to the production, consumption, transport, and disposal of electrical and thermal energy, and with respect to applications of object-oriented, graphics- based, expert systems software), and (f) organization, clarity, and thoroughness of the proposed statement of work. 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 or cooperative agreement--any, all, part, or none of the proposals received. Award of a grant to universities or nonprofit institutions or 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 Contact Point: Mr. Donald J. Reese, Jr., Wright-Patterson Air Force Base OH, 45433-7542, (513) 255-3021. (2) Contracting/Cost Point of Contact: Questions related to contract/cost issues should be directed to the Wright Laboratory, Directorate of R & D Contracting, Mr. Raleigh Haney, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-5901. (0027)

Loren Data Corp. http://www.ld.com (SYN# 0005 19950130\A-0005.SOL)


A - Research and Development Index Page