Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1995 PSA#1455

Phillips 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