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