Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1996 PSA#1539

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

A -- THERMAL MANAGEMENT RESEARCH FOR POWER GENERATION, PART 2 OF 2 SOL PRDA #96-02-POK POC John E. Leland, Project Engineer, WL/POOS-1, 513-255-2922; Rose M. Reed, Contracting Officer, WL/POKA, 513-255-2730. (5) Type of contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no fee). (6) Base Support: The Government offers base support that may consist of desks, chairs, file cabinets, book shelves, Class-C phones, access to a copy machine and the computer network for a maximum of three people. The Government also has available to the offeror to support the rotating machinery cooling effort the use of the high-speed test rig located in Bldg 20018, WPAFB. If the offeror desire use of the test rig, the offeror's proposal shall address refurbishment and operational cost of the test rig. The Government will not provide computer equipment, computer software, or computer support. (7) Size Status: For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (8) 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. (3) Technical Proposal: 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. 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 100 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. 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 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 contact. 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 award will be based on a determination of the overall merit (both technical and cost aspects) of the offeror's 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) the offeror's understanding of aircraft thermal management components, systems, and integration issues, (c) the offeror's understanding of the scope of the technical effort, (d) soundness of offeror's technical approach and the ability of the technical solution to function within Air Force logistics, environmental, and R&M constraints, (e) the availability of qualified technical personnel and their experience with the applicable technologies, (f) the offeror's past experience in developing Aircraft Thermal Management components, subsystems, and their integration, (g) 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 to universities or nonprofit institutions or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F-POINTS OF CONTACT: (1) Technical Contact Point, Engineer, John E. Leland, Wright Laboratory, WL/POOS-1, 1950 Fifth St, Bldg 18, Wright-Patterson Air Force Base, OH 45433- 7251, (513) 255-2922, FAX (513) 476-4781, email: lelandje@wl.wpafb.af.mil. (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to the Wright Laboratory, Directorate of Research and Development Contracting, 2530 C Street, Building 7, Area B, Attn: (Roger Collins, WL/POKA), Wright-Patterson AFB OH 45433-7607, (513) 255-2730. End of Part 2. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960226\A-0002.SOL)


A - Research and Development Index Page