Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1995 PSA#1310

R&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