|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1995 PSA#1455Phillips Laboratory/PKVC, Directorate of Contracting, 3651 Lowry Avenue
SE, Kirtland AFB NM 87117-5777 A -- INFRARED RADIATION EFFECTS LABORATORY OPERATION SOL
F29601-95-R-0017 POC Lt Lance Baxter, PL/VTRP, 505-846-4994, Nancy
Brunson, Contracting Officer, 505-846-6188. A -- INFRARED RADIATION
EFFECTS LABORATORY OPERATION. SOL F29601-95-R-0017 POC Lt Lance Baxter,
PL/VTRP 505 846 4994, Nancy Brunson, PL/PKVC, 505 846 6188. Phillips
Laboratory, Space And Missiles Technology Directorate (PL/VTRP) is
interested in receiving proposals for the research effort described
below. This solicitation and resulting award shall be made in
accordance with the Research and Development Streamlined Contracting
Procedures (RDSCP) described in DFARS 235.70. This is the solicitation,
there will be no formal RFP or RFQ. The name, address, and telephone
number of the contracting officer for this solicitation is shown as POC
above. This solicitation consists of this notice, any subsequent
amendments, and a supplemental package which is available by writing to
the above address. Offerors who did not respond to synopsis no. 207-95
published 95Aug28, should provide, in writing, their complete address
information to Phillips Laboratory (see above address) in order to
receive any subsequent amendments and the supplemental package. Foreign
firms are advised that they will not be allowed to participate as the
prime contractor. An organizational conflict of interest clause is
anticipated in any resulting contract. All of the mandatory terms,
clauses, and provisions at DFARS 235.7006, Research and Development
Streamlined Contracting format, and the following optional items are
incorporated by reference: B.3, B.6, C.2, E.3, E.5, F.3, G.2, G.3, G.4,
H.3, H.4, I.42, I.43, I.44, I.46, I.48, I.50, I.52, I.53, I.63, I.65,
I.66, I.68, I.69, I.70, I.71, I.72, I.73, I.74, I.76, I.81, I.82, I.84,
I.85, I.87, I.88, I.89, I.90, I.94, I.95, I.96, I.97, I.99, I.100,
I.103, I.107, I.108, I.109, I.110, I.112, I.113, I.114, I.115, I.116,
I.117, I.118, I.119, I.120, I.121, I.122, I.123, I.124, I.125, I.126,
I.127, I.129, I.130, I.131, I.132, I.133, I.136, I.138, I.141, I.144,
I.147, I.148, I.153, I.155, I.157, I.159, I.161, I.163, I.164, I.165,
I.167, I.168, I.169, J.1, J.2, L.19, and M.2. This solicitation ncludes
clauses and provisions from FAR 1990 edition updated through FAC 90-25
and DFARS 1991 edition updated through DAC 91-6. The standard
evaluation factors found in Section M of DFARS 235.7006 are modified as
follows: Provision M.2 entitled, ''Proposal Evaluation Procedures and
Basis for Award,'' subparagraph (I) Basis for Award and (ii) Evaluation
factors are replaced with the following: (i) Basis for award: Each
offeror's proposal will be evaluated against the following areas: Area
A: Technical Approach, Area B: Program Management, and Area C: Cost.
Area A and Area B are of equal importance, but are more important than
Area C. Areas A and B will be rated in three ways: a color/adjectival
rating, a proposal risk rating, and a performance risk rating. The
color/adjectival rating depicts how well the offeror's proposal meets
solicitation requirements. Proposal risk assesses risk associated with
the offeror's proposed approach as it relates to accomplishing the
requirements of this solicitation. Performance risk assesses the
probability of the offeror successfully accomplishing the proposed
effort based on the offeror's demonstrated present and past
performance. Both present and past performance data provided in the
offeror's proposal and data obtained independently will be used to
assess performance risk. Within Areas A and B, the color/adjectival
rating, proposal risk assessment, and performance risk assessment shall
be considered in making the integrated source selection decision.
Proposal and performance risk assessment are no less significant than
the color/adjectival rating and any one of these aspects may impact the
final source selection authority's integrated assessment and decision.
The cost or price area (Area C), which will be evaluated as described
below, will also receive a performance risk rating, which shall be
considered with the evaluated cost or price in making the integrated
selection decision. Offeror(s) shall submit a summarization of prior
contractual efforts they consider relevant to each evaluation area to
demonstrate their ability to perform the proposed effort. There is a
two (2) page limitation for each instance of performance experience
reported. The number of instances of performance experience reported is
limited to ten (10). The reportable expeience is restricted to be
within the last three (3) years. Offeror is required to provide a point
of contact and telephone number for each listed contractual effort.
(ii)Evaluation factors: Area A: Technical Approach: The technical
evaluation will focus on the technical qualifications and methodology
of operation. The evaluation of this area will be divided into three
factors of equal importance as follows: Factor 1: Performance
Capability. Offeror must demonstrate expertise in all areas relating to
the applicable technologies, and their radiation sensitivities. The
offeror must demonstrate the capability to perform the critical tests
and analyses necessary to perform valid and productive testing of all
technologies described in the SOW. Factor 2: Soundness of Approach.
This factor is defined as the extent to which the offeror has
demonstrated an understandable and logical methodology which adheres to
sound engineering principles, with regard to the accomplishment of the
SOW tasks. Factor 3: Understanding the Problem. This factor is defined
as the extent to which the offeror's proposal demonstrates an
understanding of the technical requirements of the effort. Area B:
Program Management: The evaluation of this area will be divided into
two factors of equal importance: Factor 1: Program Management Approach.
This addresses the offeror's attention to risk, the application of
sound management principles, and an understanding of the requirements.
Evaluation of this factor will equally consider the following
subfactors: i)risk tracking, reporting, and resolving, ii)management
plan, including organizational structure, program control, and
cost/schedule control procedures. Factor 2: Key Personnel
Qualifications. The evaluation of the technical proposal will address
the qualifications of the offeror's key personnel. The proposed key
personnel will be evaluated for currency, depth of experience, and
professional credentials. Key personnel are defined as program manager,
senior scientist, and engineer for the prime, laboratory personnel,
subcontractors, and consulting personnel. Area C: Cost: The cost
proposal will be evaluated using the following factors which are of
equal importance: realism, completeness, and reasonableness. Each cost
element will be evaluated as wellas the total estimated cost. The cost
element breakdown will include but not be limited to labor hours, labor
rates (direct and indirect), material, and other direct costs as
required to determine cost realism and reasonableness. The Government
will assess the Most Probable Cost (MPC) of the offeror's proposed
approach. i) Realism. Realism is evaluated by assessing the
compatibility of the proposed costs with the scope and effort described
in the Technical proposal. Nonconforming offers may be disqualified
from further consideration based on cost realism. ii) Completeness.
Completeness is evaluated by verifying that the cost proposal contains
sufficient data and supporting documentation to support the proposed
costs. The traceability of all estimates, including subcontract
information, will be evaluated. To ensure traceability of all
estimates, each cost element will be evaluated by contractor fiscal
year. The cost proposal must include analyses of subcontractor cost or
pricing data to include technical capability. Failure to provide these
analyses may result in elimination of the proposal from further
consideration on the basis of estimating system deficiencies. Provide
the proposal preparation instructions to all subcontractors. All
subcontract data must arrive at the Government office at the same
date/time as the prime cost proposal or the entire proposal may be
eliminated from further consideration. If subcontractors have rates
which they consider to be proprietary data, then separate submittal may
be made directly to the PCO. Provide a list of anticipated subcontracts
and interdivisional transfers. Identify by Contractor Fiscal Year
(CFY): (I) the supplier, (ii) description of the item, services, or
quantity of hours, (iii) type of contract, and (iv) subcontractor
quoted and prime's adjusted subcontract values. Explain any differences
between the subcontractor's quoted price and the subcontract cost
proposed by the prime. Provide the cost proposals from each
subcontractor and interdivisional transfer exceeding $1,000,000, or
those exceeding $500,000 if also more than 10% of the prime
contractor's proposed price, supported to the same detail as required
of the prime contractor, to include a signed SF1411. Fee and cost
should be identified separately and tabulated to rflect total proposed
price. Provide the results of the prime's and any higher tier
subcontractors' price analyses for each subcontract as required by FAR
15.806. Provide the basis for establishing the subcontract sources.
Nonconforming offers may be disqualified from further consideration
based on completeness. iii) Reasonableness. Reasonableness is evaluated
by examining the offeror's methodology and assumptions used in
preparing the cost proposal, including the basis for the proposed labor
mix, and rates, identification of cost drivers, and risk assessment and
mitigation. The mere statement that a cost is proposed without
inclusion of data to document how that cost was estimated may be
inadequate. The offeror should apply generally accepted accounting
principles and comply with those practices in preparing the cost
proposal. A Cost-Plus-Fixed-Fee (CPFF)completion type contract is
contemplated. The estimated period of performance is 60 months
commencing on or about 01FEB96 which includes 3 months for writing and
reviewing the final report. Section L of this solicitation provides
the instructions on how to prepare your cost proposal. Although the
Government expects that discussions with offerors may be necessary, the
Government reserves the right to award without discussions. Certified
Cost or Pricing Data including a Standard Form 1411 will be required.
To be responsive to this solicitation, submit 5 copies of your
Technical proposal and 4 copies of your Cost proposal and one copy of
your Small and Small Disadvantaged Business Subcontracting Plan (if
applicable) no later than 1500 hours, 45 days after date of CBD
publication, addressed to: Phillips Laboratory, DIRECTORATE OF
CONTRACTING, Attn: Nancy K. Brunson, PL/PKVC, 2251 MAXWELL ST SE,
KIRTLAND AFB NM 87117-5773. The page limitations for technical and cost
proposals are specified in DFARS 252.235-7006 (L.24). A Contract
Security Classification Specification (DD Form 254) is in the
supplemental package. The successful offeror will be required to have
a Secret/RD Facility Clearance. The DD Form 1423, Contract Data
Requirements List, is included in the supplemental package. The
technical requirements, including the reporting requirements, are
contained in the supplemental package. A preproposal conference is
scheduledfor 3 Nov 95 at 1000 at the PL/VTR Conference Room, Bldg 426,
Kirtland AFB NM. A site visit will be included as a part of the
preproposal conference. Two attendees per company will be allowed to
attend. Please forward your Visit Request to PL/PKVC, Attn: Nancy
Brunson, FAX (505) 846-7478. The objective of this effort is to operate
a laboratory to provide accurate, independent characterization of
Infrared Focal Plane Arrays, and their associated components in both
clear and radiation environments. This effort is primarily to support
experimental and technology development efforts. The characterization
of the operating parameters of IR FPAs will be used to determine the
mission readiness potential of the FPAs. This effort includes test
planning, test equipment setup, data collection, data analysis, the use
of special radiation facilities, and laboratory operation and
maintenance. The resulting end products will be test plans, technical
reports, and test data. (PHILLIPS) Laboratory/PKVC, Directorate of
Contracting, Space And Missiles Technology Division, 2251 Maxwell St
SE, Kirtland AFB NM (87117-5773) (0290) Loren Data Corp. http://www.ld.com (SYN# 0001 19951018\A-0001.SOL)
A - Research and Development Index Page
|
|