Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1996 PSA#1549

R&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