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