|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1995 PSA#1310R&D Contracting Directorate, Wright-Patterson AFB OH 45433-7607 A -- INTEGRATED COMMUNICATIONS, NAVIGATION, IDENTIFICATION SUBSYSTEM
(ICNIS) THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2. SOL
PRDA 95-09-AAK DUE 050995 POC Contact Genet R. Stewart, Contract
Negotiator, (513) 255-5311. C--ADDITIONAL INFORMATION: The total length
of the technical effort is estimated to be anywhere from 29 to 36
months depending upon when the option is exercised. This includes 4
months for processing completion of the final report. (2) Expected
Award Date: 1 September 1995. (3) Government Estimate: The Government
anticipates a single contract will be awarded at an approximate value
of $5,407,000.00 spread over three years. The Government funding
profile is estimated to be as follows: FY 95 $10,000.00, FY 96
$2,900,000.00, FY 97 $2,297,000.00, FY 98 $200,000.00. The option is
estimated to be an additional $4,000,000.00. 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 or cooperative agreement awarded will be cost (no fee). (5)
Government Furnished Property: None contemplated (6) Size Status: For
the purpose of this acquisition, the size standard is 1500 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. 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. The option shall be
costed separately. (3) Technical Proposals: 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 75 pages (12 pitch or larger
type), double-spaced, single-sided, 8.5 by 11 inches. Indices, etc, are
not included in the page count. 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 source 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) soundness of offeror's
technical approach, (c) demonstration of risk reduction approaches in
using the F-22's architecture for application to currently fielded
aircraft, (d) offeror's understanding of the scope of the technical
problem, as demonstrated by detailed discussion of the requirements,
potential design solutions, and trade-offs necessary in the development
of integrated CNI based on F-22 technology for currently fielded
aircraft, (e) the availability of qualified technical personnel and
their experience with applicable technologies, (f) the offeror's past
experience with CNI technologies and architectures, (g) the
availability of necessary research and development facilities, and (h)
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, in lieu of
a contract, to universities and nonprofit institutions will be
considered and will be subject to the mutual agreement of the parties.
F--POINTS OF CONTACT: (1) Technical Point of Contact Point: Program
Engineer, Mr. Mark E. Minges, WL/AAAI Bldg 620, 2185 Avionics Circle,
Wright-Patterson AFB OH 45433-7301, (513) 255-1608. (2)
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to the Contract Negotiator
identified in Part A. End of Part 2. (0081) Loren Data Corp. http://www.ld.com (SYN# 0003 19950323\A-0003.SOL)
A - Research and Development Index Page
|
|