Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301

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

A -- SOLID PROPELLANT HALON ALTERNATIVE SOL 95-07-FIK DUE 042195 POC FELIX E. TURNER, CONTRACT NEGOTIATOR, (513) 255-5901 LAWRENCE W. KOPA, CONTRACTING OFFICER, (513) 255-5901. 17. A--INTRODUCTION: Wright Laboratory (WL/FIVS) is interested in receiving proposals (technical and cost) on the research effort described below. Proposals in response to this PRDA shall be submitted by 95 APR 21, 1500 hours Eastern Time, addressed to Wright Laboratory, Directorate of R&D Contracting, Building 7, Area B, Attn: Mr. Felix Turner, WL/FIKA, Wright-Patterson AFB OH 45433-7607. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any 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. A 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 who do not already have a copy of the current Nov 92 WL Guide entitled ''PRDA BAA Guide for Industry'' or SF 1411 may request a copy from WL/FIKA, Wright-Patterson AFB, OH 45433-7607, (513) 255-5901. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. B--REQUIREMENTS: (1) Technical Description: The purpose of this effort is to develop the technology necessary to demonstrate solid propellant gas generators (SPGG) as low-weight halon replacements. The technology will be applied to the engine nacelle of a KC-135R. The SPGG technology is to be developed through flight test verification. Due to the compressed time period of the effort and available funding, it would be expected that existing equipment be used with minor modifications. (2) Deliverable Items: The following deliverable data items shall be proposed: (a) Conceptual and Developmental Design Drawings, DI-CMAN-80778, (b) Performance and Cost Report, DI-FNCL-80912/T, bi-monthly, (c) R&D Status Report, DI-A-3002A/T, bi-monthly, (d) Scientific & Technical Reports, DI-MISC-80711/T (Draft, Reproducible Final, and videotape presentation), (e) Test Plans/Procedures, DI-NDTI-80808, (f) Contract Funds Status Report, DI-F-6004B/T, quarterly, (g) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly, (h) Class II Modification Documentation (Aerospace Vehicles), DI-E-3115B/T, upon completion of preliminary and final design data, (i) Safety Assessment Report, DI-SAFT-80102A/T, (j) Master Test Plan/Program Test Plan, DI-T-30714/T, (k) Engineering Drawings, DI-DRPR-8065/T. (3) Security Requirements: Generation of classified material is not expected for this solicitation. (4) Other Special Requirements: International Traffic in Arms Regulations (ITARs) apply. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The period of performance for this effort is 25 months. The technical effort will be 21 months. The remaining 4 months will be used for the final reporting process. (2) Expected Award Date: 1995 Jul-Sep. (3) Government Estimate: The Government funding profile is estimated to be as follows: FY95-$ 200K, FY96-$770K, FY97-$350K. 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). (5) Government Furnished Property: Aircraft Engine Nacelle Test Simulator, CFM56 Engine mockup, and instrumentation to measure nitrogen, CO2, and O2 concentrations inside the engine fire zones. (6) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731). 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 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. (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 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 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 (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 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 the 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) soundness of offeror's technical approach, (d) the availability of qualified technical personnel and their experience with applicable technologies, (e) the availability of necessary research, test, laboratory, or shop facilities, (f) the offeror's past experience with and knowledge of solid propellant gas generator technology, (g) the offeror's knowledge of the aircraft engine nacelle fire scenario, (h) the expected life-cycle cost impacts of the technology, (i) the offeror's SPGG weight and volume competitiveness with Halon 1301, and (j) organization, clarity, and thoroughness of the proposed SOW. 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: Engineer, 2Lt Todd E. Combs, Wright-Patterson Air Force Base, OH 45433-7605, (513) 255-6052. (2) Contracting/Cost Point of Contact: Contract Negotiator, Felix E. Turner, WL/FIKA, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-5901. (0068)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950310\A-0001.SOL)


A - Research and Development Index Page