|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20.1995 PSA#1306WL/AAKR, Bldg. 7 2530 C Street Wright Patterson AFB, OH 45433-7607 A -- AVIONICS APPLICATIONS OF REINFORCEMENT LEARNING SYSTEMS. PART 2
OF 3 SOL BAA 95-03-AAK DUE 050495 POC Dawn M. Ross, Contract
Negotiator, 513-255-6908. C--DATA AND OTHER DELIVERABLES: (1) DATA: The
contractor shall prepare and deliver the following data (The term
''/T'' means tailored.): (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)
Scientific and Technical Reports - Contractor's Billing Voucher,
DI-MISC-80711/T (monthly), (e) Scientific and Technical Reports -
Interim Report, DI-MISC-80711/T, (f) Scientific and Technical Reports
- Final Report, DI-MISC-80711/T (Draft and Camera Ready Copy), (g) Test
Plans/Procedures: Validation Plan, DI-NDTI-80808/T, (h) Technical
Report - Study/Services: Software Engineering Methodology,
DI-MISC-80508/T, (i) Presentation Material, DI-ADMN-81373/T (ASREQ),
(j) Computer Software Product End Items: Benchmarks, Algorithms, Tools,
Simulation Models, DI-MCCR-80700/T. (2) REVIEWS: Quarterly technical
reviews shall be conducted at the contractor's facility or at
Wright-Patterson AFB. The first review shall be the Kickoff Meeting to
be held at Wright-Patterson AFB within two weeks of contract award. A
System Requirements Review (SRR) shall discuss the Requirements and
the Technology Assessment. The SRR shall substitute for one of the
quarterly reviews. The offeror shall propose a baseline set of
milestones that incrementally exhibit program progress, this set may be
further refined during the contract. A final demonstration shall verify
the performance of the learning algorithm(s) on the avionic problem,
highlighting the payoffs versus current capabilities. D--SPECIAL
CONSIDERATIONS: (1) INTERNATIONAL TRAFFIC IN ARMS RESTRICTIONS (ITAR):
ITAR requirements apply to this effort. (2) SECURITY REQUIREMENTS:
Access to classified information is required to review avionic
real-time applications in order to determine scheduling requirements.
A Contract Security Classification Specification (DD Form 254) will be
included in the contract. E--ADDITIONAL INFORMATION: (1) ANTICIPATED
PERIOD OF PERFORMANCE: The total length of the technical effort is 36
months. The contract shall also provide for an additional 4 months for
processing/completion of the final report, for a total contract
duration of 40 months. (2) EXPECTED AWARD DATE: Sep 95. (3) GOVERNMENT
ESTIMATE: The Government anticipates a single award funding profile of
$1,000 in FY95, $400,000 in FY96, $300,000 in FY97, and $300,000 in
FY98 for a total award of $1,001,000. This funding profile is an
estimate only and 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) completion or Cost (no fee). Any
grants or cooperative agreements awarded will be cost (no fee). (5)
GOVERNMENT FURNISHED INFORMATION (GFI)/BASE SUPPORT: None contemplated.
(6) SIZE STATUS: For the purpose of this acquisition, the size standard
is 500 employees (SIC 8731). (7) NOTICE TO FOREIGN-OWNED FIRMS: Foreign
firms are precluded from receiving awards on this solicitation. Foreign
sources are not prohibited in pursuing subcontracting opportunities.
Any subcontracting arrangements will be handled in accordance with
ITAR. (8) PUBLIC LAW 98-94: Since Public Law 98-94 is applicable to
this effort, offerors must prepare a DD Form 2345, Military Critical
Technologies Data Agreement, and forward it to: Commander, Defense
Logistics Service Center, Attn: DLSC-FBA, Federal Center, Battle Creek
MI 49017-3084, the offeror shall provide a copy of the certification
with the proposal. If certification is already on file, offeror must
submit evidence of approved certification with the proposal.
F--PROPOSAL PREPARATION INSTRUCTIONS: (1) GENERAL INSTRUCTIONS:
Offerors should apply the restrictive notice prescribed in the
provision of FAR 52.215-12, Restriction on Disclosure and Use of Data,
to trade secrets or privileged commercial and financial information
contained in their proposals. The offeror shall submit technical and
cost proposal(s) in separate volumes, with the above BAA number
referenced on all proposal volumes. The offeror's proposal shall be
valid for a period of 180 days. The offeror shall submit one original
plus six copies of each proposal. All responsible sources may submit a
proposal which shall be considered against the criteria set forth
herein. Offerors should consider instructions contained in the ''WL
PRDA and BAA Guide for Industry'' referenced in Section A of this
announcement. Offerors may obtain copies of papers related to Advantage
Updating needed to propose properly/fully by calling the technical
Point of Contact as shown below. 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 a Standard Form
1411, together with supporting schedules, and shall provide a
person-hour breakdown per task. The offeror may obtain copies of the
above-referenced forms from the contracting office cited below. (3)
TECHNICAL PROPOSAL: Technical proposal shall include a discussion of
the nature and scope of the research and the technical approach. The
offeror shall include, as attachments (not included as a part of the
page limit) to the technical proposal, the following information: (a)
significant results and accomplishments of past work in the technical
areas proposed, (b) descriptions of available equipment, computer,
data, and facilities, (c) resumes of key personnel who will be
participating in the proposed effort, (d) the offeror's management
approach to insure that the proposed effort will be completed, as
scheduled, on time, and within available budgeted funds/person-hours
proposed, and (e) the proposed Description/Specification (D/S)
detailing the technical tasks proposed to be accomplished under the
proposed effort and suitable for contract incorporation. Offerors
should refer to the WL Industry Guide referenced in Section A to assist
in D/S preparation. The offeror shall refer any questions concerning
D/S preparation to the Technical Point of Contact cited in this
announcement. (4) PAGE LIMITATIONS: The offeror shall limit the
technical proposal to a maximum of fifty (50) double-spaced,
single-sided, 8.5'' x 11'' pages. If the offeror exceeds the specified
page limit or provides pages not meeting the type-size restriction,
the Government will not read or consider the non-compliant pages. There
are no page limitations for the cost proposal, however, it is requested
that offerors keep cost proposals to fifty (50) 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 BAA is not considered an allowable direct charge
to any resulting or any other contract. The cost may be, however, an
allowable expense to the normal bid and proposal indirect cost as
specified in FAR 31.205-18. End of Part 2. (0075) Loren Data Corp. http://www.ld.com (SYN# 0001 19950317\A-0001.SOL)
A - Research and Development Index Page
|
|