Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1996 PSA#1519

R&D Contracting Division, Bldg 7, 2530 C Street, WPAFB OH 45433-7607

A -- SCANNED EDDY CURRENT CRACK DETECTION SYSTEM. THIS ANOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2 PARTS SOL PRDA 96-27-MLK DUE 031596 POC Janet Cahill, Contract Negotiaotr, (513) 255-5830 or Phil Nelson, Contracting Officer, (513) 255-5830. A -- PART 2 OF 2 PARTS: (2) Deliverable Items: The following deliverable data items shall be required: (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) Presentation Material, DI-ADMN-81373/T, as required, (e) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, (f) Scientific and Technical Reports, Interim Report, DI-MISC-80711/T, annually, (g) Scientific and Technical Reports, Final Report, DI-MISC-80711/T, end of contract (Draft and Reproducible Final Version), (h) Test Plan/Procedures, DI-NOTI-80808/T, One/R, (I) Computer Software Programs. At the conclusion of Task III, a full-scale field inspection system shall be delivered to the Wright Laboratory, Materials Directorate (WL/MLLP). (3) Security Requirements: DD Form 254 requirements do not apply.(4) Other Special Requirements: International Traffic in Arms Regulations does apply. C--ADDITIONAL INFORMATION:(1) Anticipated Period of Performance: The total length of technical effort is estimated to be thirty one (31) months. The contractor shall also provide five (5) additional months for processing/completion of the final report.(2) Expected Award Date: August, 1996 (3) Government Estimate: The Government funding profile for the total program to fund all awards is as follows: FY96-$50K, FY97-$800K, FY98-$627K, FY99-$400K. 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). (5) Government Furnished Property/Base Support: None. (6) Size Status: For the purpose of this acquisition, the size standard is 1000 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 provisions 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 SF1411, together with supporting schedules and shall contain a person hour and cost breakdown per task, as well as estimates of person hours and cost vs. monthly schedule. Copies of the above referenced forms may be obtained from the contracting office cited.(3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Information on prior work on scanned eddy current systems, description of equipment, data and facilities, and resumes of personnel who will be participating in this effort should be included as attachments to the technical proposal and are 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 Solicitation 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) Marketing: The offeror must present in the proposal a marketing plan for a scanned eddy current system assuming successful development in this program. (5) Page Limitations: The technical proposal shall be limited to 150 pages total, double spaced, singled sided, 8.5 by 11 inches, 12 pitch type, or larger. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the government. Cost proposals have no limitation, however, offerors are requested to keep cost proposals to 75 pages as a goal. (6) 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 or more sources for contract award shall be based on a scientific and engineering evaluation of the response. This evaluation shall consider technical aspects and cost factors as they relate to the technical effort. The purpose of the evaluation is to determine the relative merit of the technical approach proposed in response to the announcement. Responders must provide new or unique concepts, ideas, or approaches in order to qualify for evaluation and consideration for award. The following criteria are in descending order of importance: (a) (40%) demonstrated creativity and soundness of approach(es), (b) (25%) demonstrated understanding of the problem, (c) (25%) background, and/or demonstrated experience with eddy current inspection technology for aircraft structures, and (d) (10%) availability/appropriateness of personnel and facilities. Cost, which includes consideration of proposed budgets and funding profiles, is ranked as the second order of priority. No further 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 any, all, part or none of the proposals received. F--POINTS OF CONTACT: (1) Technical Contact Point: Questions on technical issues should be referred to the Project Engineer, Fred Mullins, WL/MLLP, Bldg 655, 2230 Tenth Street, Suite 1, WPAFB, OH 45433-7817, (513) 255-9795. (2) Contracting/Cost Point of Contact: Questions on contractual and cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, Janet Cahill, WL/MLKM, Bldg. 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607, (513) 255-5830. END OF PART 2 (0025)

Loren Data Corp. http://www.ld.com (SYN# 0004 19960126\A-0004.SOL)


A - Research and Development Index Page