|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1996 PSA#1549R&D Contracting Division, Bldg 7, 2530 C Street, WPAFB OH 45433-7607 A -- ENHANCED LASER GENERATED ULTRASOUND. THIS ANNOUNCEMENT IS IN TWO
PARTS. THIS IS PART 2 OF 2 PARTS. SOL PRDA NO. 96-29-MLK DUE 042696
POC Felix Turner, Contract Negotiator or Terry Rogers, Contracting
Officer, (513) 255-5830. A--PART 2 OF 2 PARTS - ENHANCED LASER
GENERATED ULTRASOUND PRDA NO. 96-29-MLK. (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-FNCL-81468/T, quarterly, (d) Presentation Material, DI-ADMN-81373/T,
(e) Scientific and Technical Reports, Contractor's Billing Voucher,
DI-MISC-80711/T, monthly, (f) Scientific and Technical Reports, Final
Report, DI-MISC-80711/T, (Draft and Reproducible Final Version). In
addition, copies of the source code for all software developed in this
effort shall be delivered. (3) Security Requirements: DD Form 254
requirements do not apply. (4) Other Special Requirements:
International Traffic in Arms Regulations apply. C--ADDITIONAL
INFORMATION: (1) Anticipated Period of Performance: The maximum total
length of each technical effort is estimated to be 24 months. The
contractor shall also provide an additional five (5) months for
processing/completion of the final report. (2) Expected Award Date: One
program is anticipated to start in September 1996 and any additional
programs will start in FY 97. (3) Government Estimate: The Government
funding profile for the total program to fund all awards is estimated
to be as follows: FY96 - $18K, FY97 - $600K, FY98 - $1000K, FY99 -
$200K. 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: For the
LUIS Signal Processing Development effort, the government will furnish
scanning time on the LUIS system. The contractor must clearly state
how much scanning time will be required on the LUIS system in the
proposal and provide an estimate of when the scans will need to be
performed. Because the government cannot guarantee timely access to the
LUIS system, the offeror must have flexibility in the scheduling of
these scans. No Government Furnished Property is anticipated for the
LBU Technology Development Efforts. (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
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 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. 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
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. Any obligation of government resources shall
be contingent upon obtaining approval from the government review team
through the contracting officer. 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 Statement of Work 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 type 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 limitation,
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 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 (1) or more sources for contract award will be based
on a evaluation of the responses (both technical and cost) to determine
the overall merit of the proposal in response to this announcement.
Responders must provide new or unique concepts, ideas, or approaches to
qualify for evaluation and consideration for award. It is anticipated
that there will be one contract award for the LUIS Signal Processing
Development portion of this procurement. Teaming arrangements to obtain
access to a wide range of specimens, and to obtain LBU expertise are
anticipated. It is also anticipated that this contract will be awarded
in FY 96 and last for less than 12 months (of technical effort).
Offerors bidding on enhancing the LUIS system will be ranked on
technical merit as the first order of priority. The following criteria,
ranked in descending order of importance, will be used to evaluate
proposals (a) the demonstrated ability of the proposed specimen set to
represent the complete range of composite parts and defects typically
seen in composite aircraft parts inspection, (b) the demonstrated
ability of the offeror's team to interpret and develop optimal signal
processing routines for ultrasonic data and to compare the results to
conventional squirter based results, (c) the suitability of the
background and qualifications of proposed personnel in LBU and NDE, and
in inspecting composite Aircraft Structures (d) the demonstrated
ability of the offeror to demonstrate and transition information about
new technology. It is anticipated that there will be multiple awards
to develop LBU technology. Offerors bidding on developing enhancements
to LBU will be ranked on technical merit as the first order of
priority. The following criteria, ranked in descending order of
importance, will be used to evaluate proposals (a) the demonstrated
potential for new techniques to enhance LBU's ability to meet Air Force
inspection of aging weapon systems requirements (b) the demonstrated
soundness of the technique, preferably demonstrated with experimental
results (c) the demonstrated experience of the team in developing,
demonstrating, and transitioning LBU systems and techniques (d) the
suitability of the background and qualifications of the proposed
personnel. Proposals to document the LUIS system shall not contain
approaches to enhance LBU technology unless the two ''directions'' are
priced separately. Proposals to develop multiple enhancements to LBU
shall price each enhancement separately, so that portions of the
proposal can be bought. Cost, which includes consideration of proposed
budgets and funding profiles, is ranked as the second order of
priority. Also included in the evaluation of cost is the ability of the
offeror to demonstrate the capability to perform work on schedule, to
bill the government promptly, and to achieve expenditure rates better
than 75% within a fiscal year. 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 contract, will be
considered and will be subject to the mutual agreement of the parties.
F--POINTS OF CONTACT: (1) Technical Contact Point: Questions on
technical issues may be referred to the Project Engineer, Curt Fiedler,
WL/MLLP, Bldg 655, 2230 Tenth Street, Suite 1, Wright-Patterson AFB, OH
45433-7817, (513) 255-9797. (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,
Felix Turner, WL/MLKM, Building 7, 2530 C Street, Wright-Patterson AFB,
OH 45433-7607, (513) 255-5830. END OF PART 2. (0068) Loren Data Corp. http://www.ld.com (SYN# 0003 19960311\A-0003.SOL)
A - Research and Development Index Page
|
|