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